Part I THE MODEL SOLICITATION



State of Washington

DEPARTMENT OF GENERAL ADMINISTRATION

Office of State Procurement

210 11th Avenue SW, Rm. 201, ( Olympia, Washington 98504-1017 ( (360) 902-7400



Part I SOLICITATION DOCUMENT

INVITATION FOR BID (IFB) with Amendment changes included 10/23/09

Title: Propane Gas and Service

|Solicitation Number |Pre-bid Conference Date & Time |Bid due date and time |

|01709 (Revised) |July 22, 2009 - 10:00 AM. |July 30, 2009 - 2:00 PM. |

Robert Paulson, Jr., C.P.M.

Procurement Coordinator

Phone: (360) 902-7436

Fax: (360) 586-2426

E-mail: rpaulso@ga.

[pic]

To request this information in alternative formats call (360) 902-7400, or TDD (360) 664-3799.



Bids must be received and stamped on or before the Bid due date and time at this location:

General Administration Building

210 11th Avenue SW, Rm. 201

PO Box 41017

Olympia, WA 98504-1017

Directions:

For a site map to the Capitol Campus, Driving Directions and Parking Information:







BIDDER’S AUTHORIZED OFFER

(BID SIGNATURE PAGE)

IFB #01709, Propane Gas and Service

Issued by the State of Washington

Certifications and Assurances

We make the following certifications and assurances as a required element of the Response, to which it is attached, affirming the truthfulness of the facts declared here and acknowledging that the continuing compliance with these statements and all requirements of the IFB are conditions precedent to the award or continuation of the resulting Contract.

1. The prices in this Response have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other offeror or competitor relating to (i) those prices, (ii) the intention to submit an offer, or (iii) the methods or factors used to calculate the prices offered. The prices in this Response have not been and will not be knowingly disclosed by the offeror, directly or indirectly, to any other offeror or competitor before Contract award unless otherwise required by law. No attempt has been made or will be made by the offeror to induce any other concern to submit or not to submit an offer for the purpose of restricting competition. However, we may freely join with other persons or organizations for the purpose of presenting a single Bid.

2. The attached Response is a firm offer for a period of 90 days following the Response Due Date specified in the IFB, and it may be accepted by the OSP without further negotiation (except where obviously required by lack of certainty in key terms) at any time within the 90-day period. In the case of protest, our Response will remain valid for 180 days or until the protest and any related court action is resolved, whichever is later.

3. In preparing this Response, we have not been assisted by any current or former employee of the state of Washington whose duties relate (or did relate) to the State's solicitation, or prospective Contract, and who was assisting in other than his or her official, public capacity. Neither does such a person nor any member of his or her immediate family have any financial interest in the outcome of this Response. (Any exceptions to these assurances are described in full detail on a separate page and attached to this document.)

4. We understand that the State will not reimburse us for any costs incurred in the preparation of this Response. All Responses become the property of the State, and we claim no proprietary right to the ideas, writings, items or samples unless so stated in the Response. Submission of the attached Response constitutes an acceptance of the evaluation criteria and an agreement to abide by the procedures and all other administrative requirements described in the solicitation document.

5. We understand that any Contract awarded, as a result of this Response will incorporate all the solicitation requirements. Submission of a Response and execution of this Certifications and Assurances document certify our willingness to comply with the Contract terms and conditions appearing in Part II, if selected as a contractor. It is further understood that our standard contract will not be considered as a replacement for the terms and conditions appearing in Part II of this solicitation.

6. We are not submitting proposed Contract exceptions (see section 1.4, Model Contract).

7. The authorized signatory below acknowledges having read and understood the entire solicitation and agrees to comply with the terms and conditions of the solicitation in submitting and fulfilling the offer made in its Bid.

8. By submitting this Bid, Bidder hereby offers to furnish materials, supplies, services and/or equipment in compliance with all terms, conditions, and specifications contained in this solicitation.

The signatory below represents that he/she has the authority to bind the company named below to the Bid submitted and any contract awarded as a result of this solicitation.

| | | |

|Bidder Signature | |Company Name |

| | | |

|Title | |Date |

CHECKLIST

|This checklist is provided for Bidder's convenience only and identifies the documents to be submitted with each Response. Any Response received|

|without any one or more of these documents may be rejected as being non-responsive. |

|(MINIMUM REQUIRED SUBMITTALS) | |

|Signed Bidder's Authorized Offer | |

|Part II Model Contract | |

|Bid Amendment(s) (if applicable) | |

|Appendix C – Bid Information and Bidder Profile | |

|Appendix D – Plant Locations | |

|Appendix E - Price Worksheets | |

Bid Submittals to be returned after award:

The following documents need not be returned with the bid package submission. However, Contractor will be required to submit such documents at a later date as required by the Contract terms or as requested by the Contract Administrator.

• Certificate of Insurance

• Sales and Subcontractor Report

• Other Required Reports

TABLE OF CONTENTS

BIDDER’S AUTHORIZED OFFER 2

CHECKLIST 3

1. SOLICITATION OVERVIEW 8

1.1 ACQUISITION AUTHORITY 8

1.2 STANDARD DEFINITIONS 8

1.3 CONTRACT FORMATION 8

1.4 MODEL CONTRACT 8

1.5 SOLICITATION AMENDMENTS 8

1.6 INCORPORATION OF DOCUMENTS INTO CONTRACT 8

1.7 RIGHT TO CANCEL 9

1.8 NON-ENDORSEMENT AND PUBLICITY 9

1.9 IN-STATE PREFERENCE/RECIPROCITY 9

1.10 MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES (MWBE) 9

2. SUMMARY OF OPPORTUNITY 10

2.1 BACKGROUND 10

2.2 PURPOSE 10

2.3 CONTRACT SCOPE 10

2.4 PURCHASERS 10

2.5 CONTRACT TERM 10

2.6 ESTIMATED USAGE 10

2.7 EXPECTED RESULT 10

2.8 AWARD 10

3. TIMELINE 10

3.1 PROCUREMENT SCHEDULE 10

3.2 PRE-BID CONFERENCE 11

3.3 BID OPENING PROTOCOL 12

3.4 CONTRACT INFORMATION AVAILABILITY AFTER AWARD 12

3.5 PROTEST PROCEDURES 12

4. INSTRUCTIONS TO BIDDERS 12

4.1 AUTHORIZED COMMUNICATION 12

4.2 BIDDER COMMUNICATION RESPONSIBILITIES 12

4.3 BIDDER AUTHORIZED REPRESENTATIVE 12

4.4 WASHINGTON ELECTRONIC BUSINESS SOLUTION (WEBS) 12

4.5 PREPARATION OF BIDS 13

4.6 BIDDER RESPONSIVENESS 14

4.7 BID INFORMATION AND BIDDER PROFILE 14

4.8 PAYMENT TERMS 14

4.9 BID PRICING 14

4.10 BIDDER’S PLANT LOCATIONS 14

4.10 REFERENCES 15

4.11 WITHDRAWAL OR MODIFICATION OF BID 15

4.12 PROPRIETARY OR CONFIDENTIAL INFORMATION 15

5. BIDDER QUALIFICATIONS 15

5.1 DEALER AUTHORIZATION 15

5.2 FEDERAL FUNDING 16

5.3 FEDERAL RESTRICTIONS ON LOBBYING 16

5.4 FEDERAL DEBARMENT AND SUSPENSION 16

5.5 USE OF SUBCONTRACTORS 16

5.6 MERCURY CONTENT AND PREFERENCE 16

6. SUCCESSFUL BIDDER RESPONSIBILITIES 17

6.1 NO COSTS OR CHARGES 17

6.2 POST AWARD CONFERENCE 17

6.3 CONTRACT MANAGEMENT 17

6.4 INSURANCE 17

6.5 SALES & SUBCONTRACTOR REPORTS 17

6.6 OTHER REQUIRED REPORT(S) 17

7. PRICING 17

7.1 PRICING 17

7.2 BID PRICES 17

7.3 NO BEST AND FINAL OFFER 18

7.4 PRICE ADJUSTMENTS 18

8. EVALUATION AND AWARD 18

8.1 AWARD CRITERIA 18

8.2 EVALUATION PROCESS 19

8.3 BID EVALUATION AND AWARD 20

8.4 SELECTION OF APPARENT SUCCESSFUL BIDDER(S) 21

8.5 NOTIFICATION OF APPARENT SUCCESSFUL BIDDER(S) 21

APPENDIX A PROTEST PROCEDURE 22

1. OVERVIEW 26

1.1 CONTRACT SCOPE 26

1.2 CONTRACT SCOPE AND MODIFICATIONS 26

1.3 RECITALS 26

1.4 ESTIMATED USAGE 26

1.5 CONTRACT TERM 26

1.6 PURCHASERS 27

2. CONTRACT ADMINISTRATION 27

2.1 OSP CONTRACT ADMINISTRATOR 27

2.2 ADMINISTRATION OF CONTRACT 27

2.3 CONTRACTOR SUPERVISION AND COORDINATION 28

2.4 POST AWARD CONFERENCE 28

2.5 CONTRACT MANAGEMENT 28

2.6 CHANGES 29

2.7 STATEWIDE VENDOR PAYMENT REGISTRATION 29

2.8 SALES & SUBCONTRACTOR REPORTS 29

2.9 OTHER REQUIRED REPORT(S) 29

3.0 WASHINGTON’S ELECTRONIC BUSINESS SOLUTION (WEBS) 29

3. PRICING 29

3.1 PRICE PROTECTION 29

3.2 NO ADDITIONAL CHARGES 30

3.3 PRICE ADJUSTMENTS 30

4. CONTRACTOR QUALIFICATIONS AND REQUIREMENTS 30

4.1 ESTABLISHED BUSINESS 30

4.2 DEALER AUTHORIZATION 30

4.3 USE OF SUBCONTRACTORS 31

4.4 SUBCONTRACTS AND ASSIGNMENT 31

4.5 CONTRACTOR AUTHORITY AND INFRINGEMENT 31

4.6 MATERIALS AND WORKMANSHIP 31

4.7 MERCURY CONTENT AND PREFERENCE 31

5. DELIVERY REQUIREMENTS 32

5.1 ORDER FULFILLMENT REQUIREMENTS 32

5.2 SHIPPING AND RISK OF LOSS 32

5.3 DELIVERY 32

5.4 SITE SECURITY 32

5.5 INSPECTION AND REJECTION 33

5.6 EQUIPMENT INSTALLATION 33

5.7 TITLE TO PRODUCT 33

5.8 HAZARDOUS MATERIALS 33

6. PAYMENT 33

6.1 ADVANCE PAYMENT PROHIBITED 33

6.2 IDENTIFICATION 33

6.3 PAYMENT, INVOICING AND DISCOUNTS 34

6.4 TAXES, FEES AND LICENSES 34

6.5 MINORITY AND WOMEN’S BUSINESS ENTERPRISE (MWBE) PARTICIPATION 35

6.6 OVERPAYMENTS TO CONTRACTOR 36

6.7 AUDITS 36

7. QUALITY ASSURANCE 36

7.1 RIGHT OF INSPECTION 36

7.2 CONTRACTOR COMMITMENTS, WARRANTIES AND REPRESENTATIONS 36

7.3 WARRANTIES 36

7.4 COST OF REMEDY 36

8. INFORMATION AND COMMUNICATIONS 36

8.1 ADVERTISING 36

8.2 RETENTION OF RECORDS 37

8.3 PROPRIETARY OR CONFIDENTIAL INFORMATION 37

8.4 NON-ENDORSEMENT AND PUBLICITY 37

9. GENERAL PROVISIONS 37

9.1 GOVERNING LAW/VENUE 37

9.2 SEVERABILITY 37

9.3 SURVIVORSHIP 38

9.4 GIFTS AND GRATUITIES 38

9.5 IMMUNITY AND HOLD HARMLESS 38

9.6 PERSONAL LIABILITY 38

9.7 INSURANCE 38

9.8 INDUSTRIAL INSURANCE COVERAGE 41

9.9 NONDISCRIMINATION 41

9.10 OSHA AND WISHA REQUIREMENTS 41

9.11 ANTITRUST 41

9.12 WAIVER 41

10. SPECIAL PROVISIONS 41

10.1 BENCHMARK PRICES FOR PROPANE GAS 41

10.3 CONTRACT PRICES AND CHARGES 42

10.4 INVOICING 43

10.5 ORDERING PROCEDURES 44

10.6 DELIVERIES 44

10.7 TANK DELIVERY AND INSTALLATION 44

10.8 EQUIPMENT MAINTENANCE 45

10.9 EQUIPMENT RENTAL 45

10.10 SUPPLIER CHANGEOVER 45

10.11 PRODUCT QUALITY 45

10.12 PARTS AND LABOR WARRANTIES 46

10.13 TAX EXEMPT FORMS 46

10.14 FUEL ALLOCATIONS 46

11. DISPUTES AND REMEDIES 46

11.1 PROBLEM RESOLUTION AND DISPUTES 46

11.2 ADMINISTRATIVE SUSPENSION 47

11.3 FORCE MAJEURE 47

11.4 ALTERNATIVE DISPUTE RESOLUTION FEES AND COSTS 47

11.5 NON-EXCLUSIVE REMEDIES 48

11.6 LIMITATION OF LIABILITY 48

11.7 FEDERAL FUNDING 48

11.8 FEDERAL RESTRICTIONS ON LOBBYING 48

11.9 FEDERAL DEBARMENT AND SUSPENSION 49

12. CONTRACT TERMINATION 49

12.1 MATERIAL BREACH 49

12.2 OPPORTUNITY TO CURE 49

12.3 TERMINATION FOR CAUSE 50

12.4 TERMINATION FOR CONVENIENCE 50

12.5 TERMINATION FOR WITHDRAWAL OF AUTHORITY 50

12.6 TERMINATION FOR CONFLICT OF INTEREST 50

12.7 TERMINATION BY MUTUAL AGREEMENT 51

12.8 TERMINATION PROCEDURE 51

13. CONTRACT EXECUTION 52

13.1 PARTIES 52

13.2 ENTIRE AGREEMENT 52

13.3 INCORPORATED DOCUMENTS, ORDER OF PRECEDENCE, CONFLICT AND CONFORMITY 52

13.4 LEGAL NOTICES 53

13.5 LIENS, CLAIMS AND ENCUMBRANCES 54

13.6 AUTHORITY TO BIND 54

13.7 COUNTERPARTS 54

APPENDIX B STANDARD DEFINITIONS 55

APPENDIX C BID INFORMATION AND BIDDER PROFILE 59

APPENDIX D PLANT LOCATIONS 62

APPENDIX E PRICE WORKSHEETS 63

APPENDIX F CUSTOMER LOCATIONS AND REQUIREMENTS 65

Appendix G Example of Evaluation Spreadsheet 89

1. SOLICITATION OVERVIEW

1 ACQUISITION AUTHORITY

The Washington State Department of General Administration (GA), Office of State Procurement (OSP) issues this Invitation for Bid (IFB) acting under the authority of its enabling legislation Revised Code of Washington (RCW) 43.19 which establishes GA and regulates the manner in which state agencies may acquire general goods and services.

2 STANDARD DEFINITIONS

See section Appendix B Standard Definitions

3 CONTRACT FORMATION

A Bid submitted in response to the Solicitation is an offer to contract with the Office of State Procurement (OSP). A Bid becomes a contract only when legally awarded and accepted in writing by the OSP.

4 MODEL CONTRACT

A Model Contract has been included as Part II. In many instances, the bid document references and links to the Model Contract as opposed to duplicating identical language. This was done to protect against the possibility of language inconsistencies. In addition to the BIDDER’S AUTHORIZED OFFER, bidders should return the Contract document with their Response, without modification or contingency. Any modifications or contingencies submitted by the Bidder will not be accepted. The OSP, at its sole discretion, reserves the right to negotiate improvements to the lowest Responsive, Responsible Bidder’s Response.

The Successful Bidder will be expected to execute the Contract within ten (10) Business Days of its receipt of the final Contract. If the selected Bidder fails to sign the Contract within the allotted ten (10) Business Days time frame, the OSP may consider the Successful Bidder to be non-responsive and elect to cancel the award, and award the Contract to the next ranked Bidder, or cancel or reissue this solicitation (see section 1.7, Right to Cancel). Bidder’s submission of a Response to this solicitation constitutes acceptance of these contract requirements.

5 SOLICITATION AMENDMENTS

Prior to submittal due date and time, the OSP reserves the right to change portions of this IFB. Any changes or corrections will be by one or more written amendment(s), dated, attached to or incorporated in and made a part of this solicitation document. All changes must be authorized and issued in writing by the Procurement Coordinator. If there is any conflict between amendments, or between an amendment and the IFB, whichever document was issued last in time shall be controlling. Only Bidders who have properly registered and downloaded the original solicitation directly via Washington’s Electronic Business Solutions (WEBS) system will receive notification of amendments and other correspondence pertinent to the procurement.

6 INCORPORATION OF DOCUMENTS INTO CONTRACT

This Solicitation document, any subsequent Amendments and the Bidder’s Response will be incorporated into the resulting Contract.

7 RIGHT TO CANCEL

The OSP reserves the right to cancel or reissue all or part of this Solicitation at any time as allowed by law without obligation or liability.

8 NON-ENDORSEMENT AND PUBLICITY

In selecting a Bidder to supply propane gas and related services to the State of Washington Purchasers, neither the OSP nor the Purchasers are endorsing the Bidder’s Products or Services, nor suggesting that they are the best or only solution to their needs. See also section 8.4 NON-ENDORSEMENT AND PUBLICITY of the Model Contract.

9 IN-STATE PREFERENCE/RECIPROCITY

Pursuant to RCW 43.19.700, RCW 43.19.702, RCW 43.19.704 and WAC 236-48-085, the Department of General Administration has established a schedule of percentage increases to be added to Bids from Bidders in states that grant a preference to Contractors located in their state or for goods manufactured in their state. The percentages related to each respective state are provided in the Reciprocity List located at and apply only to Bids received from those states listed.

The appropriate percentage will be added to each Bid bearing the address from a state with in-state preferences rather than subtracting a like amount from Washington State Bidders.

This action will be used only for analysis and award purposes. In no instances shall the increase be paid to a Bidder whose Bid is accepted and awarded a Contract.

10 MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES (MWBE)

In accordance with the legislative findings and policies set forth in RCW 39.19, the State of Washington encourages participation in all of its Contracts by Minority and Woman Owned Business Enterprise (MWBE) firms either self-identified or certified by the Office of Minority and Women’s Business Enterprises (OMWBE). While the state does not give preferential treatment, it does seek equitable representation from the minority and women’s business community.

Participation may be either on a direct basis in response to this Solicitation or as a Subcontractor to a Contractor. However, unless required by federal statutes, regulations, grants, or Contract terms referenced in the original Solicitation, no preference will be included in the evaluation of Bids, no minimum level of MWBE participation shall be required as condition for receiving an award, and Bids will not be evaluated, rejected or considered non-responsive on that basis.

Any affirmative action requirements set forth in federal regulations or statutes included or referenced in the original Solicitation will apply. Bidders may contact Office of Minority and Woman Owned Business Enterprise (OMWBE) to obtain information on certified firms for potential sub-contracting arrangements. Nothing in this section is intended to prevent or discourage Bidders from inviting others from participation from non MWBE firms as well as MWBE firms.

Bidders who are MWBE or intend to use MWBE Subcontractors are encouraged to identify the participating firm on Appendix D Bid Information and Bidder Profile. See also section 6.5 MINORITY AND WOMEN’S BUSINESS ENTERPRISE (MWBE) PARTICIPATION of the Model Contract.

2. SUMMARY OF OPPORTUNITY

2.1 BACKGROUND

This Contract is a replacement for Washington State Contract #02901. This Contract is used by various state agencies and political subdivisions throughout the state. Based on a recent survey of customer requirements, 350 customer delivery locations statewide, their tank sizes and ownership, and their estimated annual purchase volumes have been listed in Appendix F Customer Locations and Requirements. Total estimated purchase volume for all listed customers is about 1,600,000 gallons annually or about $2,400,000/year.

2.2 PURPOSE

The purpose of this solicitation is to establish a statewide contract for the as-needed purchase of propane gas delivered into customer’s owned or rented propane tanks and related services, including but not limited to propane gas delivery, tank rental, rental tank delivery and set-up, installation, propane system maintenance and repairs, repair parts, and on-site labor.

2.3 CONTRACT SCOPE

See section 1.1 CONTRACT SCOPE of the Model Contract.

2.4 PURCHASERS

See section 1.6 PURCHASERS of the Model Contract.

2.5 CONTRACT TERM

See section 1.5 CONTRACT TERM of the Model Contract.

2.6 ESTIMATED USAGE

See section 1.4 ESTIMATED USAGE of the Model Contract

2.7 EXPECTED RESULT

OSP seeks to acquire the purchase of propane gas and related services that best meets customer needs and offers best value.

2.8 AWARD

Only one (1) successful Bidder per county will be identified via this procurement to supply propane gas and related services to all contract customers located within each of the 39 counties of the state of Washington. Although only one Bidder will be awarded each county, individual Bidders may be awarded multiple counties to provide statewide contract coverage.

OSP reserves the right to award on a consolidated basis taking into consideration reduction in administrative costs as well as unit bid prices.

3. TIMELINE

3.1 PROCUREMENT SCHEDULE

The dates listed below represent the projected procurement schedule. The OSP reserves the right to change the schedule. Notification of amendments to the procurement schedule prior to bid opening, will be sent electronically to all properly registered users of the Department of General Administration’s Washington Electronic Business Solution (WEBS) who downloaded this IFB from WEBS.

Changes to the Procurement Schedule after Bid Opening may be communicated to all bidders reflecting the change.

Projected Schedule of Events:

|Date/Time |Event |

|About May 12, 2009 |Issue Solicitation document (Available for download from ga.webs ) |

|June 2, 2009 |Bidder Pre-Bid Conference [see section 3.2 for location/directions, etc.] |

|10:00 AM | |

|As necessary |Amendment issued, if applicable (bidders should begin checking the website for |

| |any amendments) |

|July 6, 2009 |Issue Revised Solicitation document (Available for download from |

| |ga.webs ) |

|July 22, 2009 |Second Bidder Pre-Bid Conference [see section 3.2 for location/directions, etc.] |

|10:00 AM | |

|As necessary |Amendment issued, if applicable (bidders should begin checking the website for |

| |any amendments) |

|July 30, 2009 2:00 PM |Bids Due |

|July 31, 2009 |Evaluation begins |

|August 12, 2009 |Anticipated announcement of Apparent Successful Bidder(s) |

|September 1, 2009 |Anticipated contract start |

NOTE: Bid information, including price sheets, will not be available for public disclosure until after award of the contract consistent with RCW 43.19.1911(8). At bid due date and time, only the name of the Bidder and time of Bid receipt will be read aloud. After award, information regarding results of the solicitation may be obtained by contacting the Procurement Coordinator.

3.2 PRE-BID CONFERENCE

A second optional pre-bid conference to address solicitation requirements will be held at the time and location indicated below. While attendance is not mandatory, Vendors are encouraged to attend and actively participate. If interpretations, specifications, or other changes to the solicitation are required as a result of the conference, the Procurement Coordinator will make amendments to the solicitation and provide those amendments by posting them on WEBS at ga.webs.

Assistance for disabled, blind or hearing-impaired persons who wish to attend is available with prior arrangement with the Office of State Procurement (OSP). Contact the Procurement Coordinator identified on the face page of this Invitation For Bid.

|Pre Bid Date: |July 22, 2009 |

|Pre Bid Time: |10.00 a.m. |

|Pre Bid Location: |Washington State Department of General Administration |

| |Office of State Procurement |

| |General Administration Building, Room 201 |

| |210 11th Avenue SW |

| |Olympia, WA 98504-1017 |

For a site map to the Capitol Campus, click

Driving directions and parking information

3.3 BID OPENING PROTOCOL

Only the name of the Bidder and the time of receipt are read aloud at the time of the Bid opening. The reading does not determine award of the contract, responsibility of the Bidder, or responsiveness of the Bid. Bidder attendance at Bid openings is not required.

3.4 CONTRACT INFORMATION AVAILABILITY AFTER AWARD

Upon award, written notification will be sent to all bidders. After award, information regarding results of the solicitation may be obtained by contacting the Procurement Coordinator.

Bidders may submit a public disclosure request to either schedule an appointment to review the procurement file or obtain specific documents.

3.5 PROTEST PROCEDURES

Protests shall be filed and resolved in accordance with Appendix A Protest Procedure.

4. INSTRUCTIONS TO BIDDERS

This section contains instructions for bidders regarding the preparation and submission of a bid.

4.1 AUTHORIZED COMMUNICATION

Upon release of this IFB, all Bidder communications concerning this solicitation must be directed to the Procurement Coordinator listed on the front page of this document. Unauthorized contact regarding this solicitation with other state employees involved with the solicitation may result in disqualification. All oral communications will be considered unofficial and non-binding on the OSP. Bidders should rely only on written statements issued by the Procurement Coordinator.

4.2 BIDDER COMMUNICATION RESPONSIBILITIES

Bidders will be responsible for communicating to the Procurement Coordinator any issues, exceptions, additions or omissions concerning the solicitation on or before the Bid due date and time. Where requirements appear to prohibit or restrict your firm’s participation, an explanation of the issue with suggested alternative language should be submitted in writing to the Procurement Coordinator by the deadline for Bidder Questions, Comments, and Complaints consistent with section 3.1 PROCUREMENT SCHEDULE. The solicitation process may continue. If changes result, written amendments will be made by the Procurement Coordinator and provided by posting them on WEBS as indicated above.

4.3 BIDDER AUTHORIZED REPRESENTATIVE

Bidder must designate an Authorized Representative who will be the principal point of contact for the OSP Contract Administrator for the duration of this IFB process. Bidder shall complete this section of Appendix C Bid Information and Bidder Profile. See also section 2.3 CONTRACTOR SUPERVISION AND COORDINATION of the Model Contract.

4.4 WASHINGTON ELECTRONIC BUSINESS SOLUTION (WEBS)

Bidders are solely responsible for:

1. Properly registering with the Department of General Administration’s WEBS at

2. Maintaining an accurate Vendor profile in WEBS

3. Downloading the solicitation consisting of the IFB with all attachments and exhibits related to the solicitation for which you are interested in bidding; downloading all current and subsequent amendments to the solicitation

To ensure receipt of all solicitation documents, the IFB for this solicitation must be downloaded from WEBS. Notification of amendments to the solicitation will only be provided to those Vendors who have registered with WEBS and have downloaded the IFB from WEBS. Failure to do so may result in a potential Bidder having incomplete, inaccurate, or otherwise inadequate information, or a Bidder submitting an incomplete, inaccurate, or otherwise inadequate Bid. Bidders and potential bidders accept full responsibility and liability for failing to receive any amendments resulting from their failure to register with WEBS and download the IFB from WEBS, and hold the State of Washington harmless from all claims of injury or loss resulting from such failure.

4.5 PREPARATION OF BIDS

Bid due date and time:

Original, signed (in ink), sealed Bids must be received as set forth in section 3.1 PROCUREMENT SCHEDULE at the specified location identified below on or before the specified date and time. Time of receipt will be determined by the official time stamp located at the OSP. If a Bid is late or received at a location other than that specified, it shall be rejected and returned unopened. In the event the official time clock is unavailable, the bid clerk may establish the official time and take reasonable steps to ensure the integrity of the Bid receipt is preserved.

Format:

The submittals for this solicitation shall consist of one (1) original hard copy document. Hard copy Bids must be legible and completed in ink or with electronic printer or other similar office equipment, and properly signed by an authorized representative of the Bidder. All changes and/or erasures shall be initialed in ink. Unsigned Bids will be rejected on opening unless satisfactory evidence was submitted clearly establishing the Bidder’s desire and intent to be bound by the Bid, such as a signed cover letter. Incomplete or illegible Bids may be rejected.

Note: In a joint effort to save costs, reduce waste and produce energy savings, bidders are encouraged to use double-sided printing and recyclable materials. Bidders are highly encouraged to refrain from submitting Bids in 3-ring binders, spiral bindings, and/or other non-recyclable presentation folders.

Identification and Delivery:

To facilitate proper delivery and processing, Responses must be delivered in sealed envelopes, boxes or other method of containment. Sealed Bids should be clearly identified on the outside of the package with the following information to the OSP at the address below:

|Bidder’s Address |Department of General Administration |

|Solicitation Number |Office of State Procurement |

|Opening date and time |210 11th AVE SW Room 201 GA Bldg |

|Name of Procurement Coordinator |Olympia WA 98504-1017 |

4.6 BIDDER RESPONSIVENESS

Bidder must respond to each question/requirement contained in this IFB. Failure to comply with any applicable item may result in the Response being deemed non-responsive and disqualified.

The OSP reserves the right to consider the actual level of Bidder’s compliance with the requirements specified in this solicitation and to waive informalities in a Bid. An informality is an immaterial variation from the exact requirements of the competitive solicitation, having no effect or merely a minor or negligible effect on quality, quantity, or delivery of the supplies or performance of the services being procured, and the correction or waiver of which would not affect the relative standing of, or be otherwise prejudicial to bidders.

4.7 BID INFORMATION AND BIDDER PROFILE

Bidder shall provide the information requested in Appendix C Bid Information and Bidder Profile.

4.8 PAYMENT TERMS

Bidders must indicate which Payment Terms will be offered in Appendix C Bid Information and Bidder Profile.

4.9 BID PRICING

Bid prices must include all cost components needed for the delivery of the propane gas and related services as described in this Solicitation document. All costs associated with the delivery of propane gas and related services must be incorporated into the prices offered in Response to this IFB.

Failure to identify all costs in a manner consistent with the instructions in this IFB is sufficient grounds for disqualification.

The State makes no volume commitment in this solicitation. The proposed pricing levels should reflect the market provided by the Contract resulting from this solicitation.

Bidders shall bid for all customer propane requirements located within one or more counties. Bidder is to submit bid pricing for each of the following items for each Washington county or group of counties that they wish to be considered for contract award. (Reference Appendix E Price Worksheetss)

• Per gallon bid margins (based on estimated annual volumes)

• Tank rental charges (for various tank sizes)

• Tanks delivery and set-up charges (for various tank sizes)

• Discount off list prices for parts and supplies

• On-site labor

Pricing shall be FOB Destination, freight prepaid and included in the price for propane gas and related services. All bids shall include unit prices where applicable and be otherwise in the format requested, unless otherwise stipulated herein.

4.10 BIDDER’S PLANT LOCATIONS

Bidder shall indicate in Appendix D Plant Locations, the bulk plant facility name, address, telephone, fax, and email for each facility at which propane gas, equipment and supplies will be stored and supplied to Purchasers in the performance of this contract in the event of contract award.

4.10 REFERENCES

References may be used to evaluate the bidder’s history of performance and may be an award consideration. Bidder shall furnish a minimum of three (3) references from different entities for which Bidder has performed or provided comparable, service, materials, supplies, or equipment similar in scope (i.e. size, volume, type) to this IFB, including entity [name, authorized individual, telephone, email, and facsimile]: Bidder shall complete the References portion of Appendix C Bid Information and Bidder Profile.

If OSP attempts to contact one or more of the Bidder’s references, an attempt will only be made a maximum of three (3) times. If such contact cannot be established with any of the references provided, then those references with which contact cannot be established may be deemed non-responsive and no further attempts will be made to contact that particular reference.

The state reserves the right to solicit and substitute other references to determine the sufficiency of the Bidder’s level of responsibility.

4.11 WITHDRAWAL OR MODIFICATION OF BID

Bidders are liable for all errors or omissions contained in their Responses.

After Bid submittal but prior to Bid opening:

The Bidder may modify or withdraw his/her Bid at any time prior to the due date and time set for Bid opening by providing a written request to the Procurement Coordinator from an authorized representative of the Bidder.

After Bid opening:

No Bid shall be altered or amended. The OSP may allow a Bid to be withdrawn if the Bidder demonstrates that the prices were miscalculated. A low Bidder, who claims error and fails to enter into a contract with the State of Washington, may not participate in bidding on the same commodity or service if the solicitation is subsequently reissued by the OSP.

The OSP reserves the right to contact Bidder for clarification of Response contents.

4.12 PROPRIETARY OR CONFIDENTIAL INFORMATION

All Bids submitted become the property of the State of Washington and a matter of public record, after the contract has been executed.

Any information contained in the Response that is proprietary or confidential must be clearly designated. Marking of the entire Response or entire sections of the Response as proprietary or confidential will not be accepted nor honored. The OSP will not honor designations by the Bidder where pricing is marked proprietary or confidential. See section 8.3 PROPRIETARY OR CONFIDENTIAL INFORMATION of the Model Contract.

5. BIDDER QUALIFICATIONS

5.1 DEALER AUTHORIZATION

The Bidder, if other than the manufacturer/producer, shall provide upon request a current, dated, and signed authorization from the manufacturer/producer that the Bidder is an authorized distributor, dealer or service representative and is authorized to sell the manufacturer's/producer’s products. Failure to provide manufacturer’s authorization upon request will result in Bid rejection. See section 4.2 DEALER AUTHORIZATION of the Model Contract.

5.2 FEDERAL FUNDING

See related section 11.7 FEDERAL FUNDING of the Model Contract.

5.3 FEDERAL RESTRICTIONS ON LOBBYING

The Bidder must certify by signing and submitting the Bidder Authorized Offer page of this IFB with submission of its Bid, that under the requirements of Lobbying Disclosure Act, 2 U.S.C., Section 1601 et seq., no Federal appropriated funds have been paid or will be paid, by or on behalf of the contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. See related section 11.8 FEDERAL RESTRICTIONS ON LOBBYING of the Model Contract.

5.4 FEDERAL DEBARMENT AND SUSPENSION

The Bidder certifies, by submission of this Bid response, that neither it nor its “principals” (as defined in 49 CFR. 29.105 (p) is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. See related section 11.9 FEDERAL DEBARMENT AND SUSPENSION of the Model Contract.

5.5 USE OF SUBCONTRACTORS

The OSP will accept Responses that include third party involvement only if the Bidder submitting the Response agrees to take complete responsibility for all actions of such Subcontractors. Bidder must state whether Subcontractors are/are not being used.

If applicable, Bidder shall identify all subcontractors who will perform services in fulfillment of contract requirements, including their name, the nature of services to be performed, address, telephone, facsimile, email, and federal tax identification number (TIN). Bidder shall complete this section of Appendix C Bid Information and Bidder Profile.

The OSP reserves the right to approve or reject any and all Subcontractors that Bidder proposes.

Specific restrictions apply to contracting with current or former state employees pursuant to Chapter 42.52 RCW. Bidders should familiarize themselves with the requirements identified in section 4.3 USE OF SUBCONTRACTORS of the Model Contract prior to submitting a Response.

5.6 MERCURY CONTENT AND PREFERENCE

In accordance with Chapter 70.95M, the State of Washington gives priority and preference to the purchase of equipment, supplies, and other products that contain no mercury compounds or components, unless: (a) There is no economically feasible non mercury-added alternative that performs a similar function; or (b) the product containing mercury is designed to reduce electricity consumption by at least forty percent and there is no non mercury or lower mercury alternative available that saves the same or a greater amount of electricity as the exempted product. In circumstances where a product without mercury is not available, preference must be given to the purchase of products that contain the least amount of mercury added to the product necessary for the required performance.

Bidders shall offer and supply mercury-free products when available. Should mercury-free products not exist, bidders shall offer products with the lowest mercury content available.

6. SUCCESSFUL BIDDER RESPONSIBILITIES

6.1 NO COSTS OR CHARGES

Costs or charges under the proposed Contract incurred before the Contract is fully executed will be the sole responsibility of the Bidder.

6.2 POST AWARD CONFERENCE

See section 2.4 POST AWARD CONFERENCE of the Model Contract.

6.3 CONTRACT MANAGEMENT

See section 2.5 CONTRACT MANAGEMENT of the Model Contract

6.4 INSURANCE

The Successful Bidder is required to obtain insurance to protect the State and other Purchasers should there be any claims, suits, actions, costs, or damages or expenses arising from any negligent or intentional act or omission of the Bidder or its Subcontractor(s), or their agents, while performing work under the terms of any Contract resulting from this solicitation. See section 9.7 INSURANCE of the Model Contract for a complete description of the specific insurance requirements.

6.5 SALES & SUBCONTRACTOR REPORTS

See section 2.8 SALES & SUBCONTRACTOR REPORTS of the Model Contract.

6.6 OTHER REQUIRED REPORT(S)

See section 2.9 OTHER REQUIRED REPORT(S) of the Model Contract.

7. PRICING

Respond to the following requirements per the instructions in Appendix E Price Worksheets.

7.1 PRICING

All pricing shall include the costs of bid preparation, servicing of accounts, and complying with all contractual requirements. Prices bid are in U.S dollars. See Appendix E Price Worksheets.

7.2 BID PRICES

Bidders are to submit pricing for the following products and services to be applied to all customer locations within bidder’s designated county(ies): (Reference section 10.3 CONTRACT PRICES AND CHARGES of the Model Contract and Appendix E Price Worksheets)

Bid margins for designated pricing brackets:

Bidders are to specify in Appendix E Price Worksheets, their per gallon bid margin for various propane gas annual delivery quantities for delivery to all Purchaser locations within designated Washington county(ies). A bid margin must be quoted for all identified pricing brackets. A maximum of four numbers to the right of the decimal point on a dollars/gallon basis will be considered and used for bid evaluation and contract award. (Bid prices quoted in error that are greater than four numbers to the right of the decimal point will be rounded to four numbers to the right of the decimal point for bid evaluation and possible award purposes.) Bid margins are to include: freight costs, gross profit, impact of Washington’s Business and Occupation (B&O) tax, and any other fees or charges assessed by the company. Bid margins shall exclude other taxes (including but not limited to: Federal Superfund Tax, Federal Excise Tax, and State and Local Sales Tax), which may be added to the invoice as separate line items.

Propane tank rental charges:

Bidders are to specify in Appendix E Price Worksheets, an annual charge for propane tank rental and pump rental. Rental charges for tanks shall be established based on size of tank. These charges shall be firm for the entire contract period with rentals of less than one year being prorated.

Tank delivery and set-up charges:

Bidders are to specify in Appendix E Price Worksheets, charges for Contractor provided propane tank delivery and set-up. Tank delivery and set-up charges are determined based on tank size. These charges shall be firm for the entire contract period.

Percentage discount off posted price list for parts and supplies:

Bidders are to specify in Appendix E Price Worksheets, a percent discount off their customer posted price list for parts and supplies. Contractor may change their customer posted price list during the term of the contract; however, established contract percentage discounts shall remain unchanged.

An hourly charge for on-site labor:

Bidders are to specify in Appendix E Price Worksheets, a charge for Contractor provided on-site labor. This labor rate shall be firm for the entire contract period.

Additional Service Fee for Delivery to Remote Locations:

Delivery of propane gas to remote delivery locations (such as remote mountain locations) may be assessed an additional Delivery Service Fee to compensate for extraordinary travel distance and travel time to complete the delivery. However, contract customers must provide prior approval for such additional service fees or they may otherwise purchase propane gas from a non-contract supplier.

7.3 NO BEST AND FINAL OFFER

The OSP reserves the right to make an award without further discussion of the Response submitted; i.e., there will be no best and final offer request. Therefore, the Response should be submitted on the most favorable terms that Bidder intends to offer.

7.4 PRICE ADJUSTMENTS

Contractor requests for adjustments in pricing will be considered at sole discretion of the OSP and in accordance with section 3.3 PRICE ADJUSTMENTS of the Model Contract.

8. EVALUATION AND AWARD

8.1 AWARD CRITERIA

The Bidder who meets all of the IFB requirements and is determined to be the lowest Responsive and Responsible Bidder will be declared the Apparent Successful Bidder for designated Washington county(ies).

No rejection notice will be sent to unsuccessful Bidders. Bidders whose bids are determined to be non-responsive will be rejected and will be notified of the reasons for such rejection.

Contract award shall be made to the lowest Responsive and Responsible Bidder based on the evaluation and award criteria established herein and subject to consideration of all factors identified in RCW 43.19.1911.

Subject to the provisions of RCW 43.19.1911 and Chapter 236-48 WAC, the OSP reserves the right to: (1) Waive any informality; (2) Reject any or all Bids, or portions thereof;(3) Accept any portion of the items bid unless the Bidder stipulates all or nothing in their Bid; (4) Cancel a solicitation and re-solicit Bids; (5) Negotiate with the lowest Responsive and Responsible Bidder to determine if that Bid can be improved for the Purchaser; (6) Award on an all or none consolidated basis taking into consideration ”lifecycle costs”; and (7) Award in aggregate when in the best interest of the state.

8.2 EVALUATION PROCESS

1. Initial Determination of Responsiveness:

Responses will be reviewed initially by the Procurement Coordinator to determine on a pass/fail basis compliance with administrative requirements as specified herein.

Bidder is to follow the instructions contained herein with emphasis on completeness and clarity of content. Bids shall be reviewed to determine whether they meet minimum bid requirements. Those responses not meeting minimum requirements may be considered non-responsive and rejected. Only Responses that pass the Initial Determination of Responsiveness review will be further evaluated.

The Procurement Coordinator reserves the right to determine at his/her sole discretion whether Bidder’s Response to any requirement is sufficient to pass. If, however, all responding Bidders fail to meet any single item, the Office of State Procurement may cancel the solicitation and reject all bids.

Only Responses that pass the Initial Determination of Responsiveness review will be further evaluated based on the requirements in this Solicitation.

2. Responsibility:

Pursuant to RCW 43.19,1911, in determining Bidder responsibility, the following elements shall be given consideration:

a) The ability, capacity, and skill of the Bidder to perform the contract or provide the service required;

b) The character, integrity, reputation, judgment, experience, and efficiency of the Bidder;

c) Whether the Bidder can perform the contract within the time specified;

d) The quality of performance of previous contracts or services;

e) The previous and existing compliance by the Bidder with laws relating to the contract or services;

f) Such other information as may be secured having a bearing on the decision to award the contract:

During Response evaluation, the Procurement Coordinator reserves the right to make reasonable inquiry to determine the responsibility of any Bidder. Requests may include, but are not limited to, financial statements, credit ratings, references, record of past performance, clarification of Bidder’s offer, and on-site inspection of Bidder's or Bidder's subcontractor's facilities. Failure to respond to said request(s) may result in Response being rejected as non-responsive.

The Procurement Coordinator or designee reserves the right to use references to confirm satisfactory customer service, performance, satisfaction with service/product, knowledge of product/service/industry and timeliness. Any negative response may be an adequate reason for rejecting a Bidder as not responsible for the state’s needs. Bidder deemed non-responsible will be rejected.

3. Price Evaluation:

To determine the lowest evaluation price the Procurement Coordinator will use Appendix E, Price Worksheets to determine the lowest total evaluation price. Prices offered for optional products and services will be considered for price reasonableness only. Optional products and services may be included or excluded from the award at the discretion of the Procurement Coordinator.

8.3 BID EVALUATION AND AWARD

Bid evaluation and award shall be made on a county by county basis, provided the county has a minimum of five customer delivery locations or an estimated minimum annual propane gas volume of 10,000 gallons. If these minimums are not met, counties may be combined to meet these minimums for evaluation and award purposes. This evaluation and award strategy will assure efficiency of contract administration and will serve the best interests of the state. Additionally, OSP reserves the right not to include one or more counties in the contract award if including them would result in high contract prices and it is believed that purchases from non-contract local suppliers would be a more cost effective option.

Pricing submitted by each bidder for the following products and services shall be applied to all customer locations within each of the Bidder’s designated county(ies) (reference Appendix E Price Worksheets):

Required Products and Services

• Bid margins for designated delivery volume pricing brackets

• Annual propane tank rental charges for designated tank size ranges

• Tank delivery and set-up charges for designated tank size ranges

Optional Products and Services

• Percentage discount off posted price list for parts and supplies

• An hourly charge for on-site labor

Price Evaluation Formula for Required Products and Services

The lowest evaluated total price for each county shall be determined as follows:

1. Determine an “Extended Evaluation Price” for each customer delivery location:

a. For each customer delivery location the estimated annual usage shall be used to identify the bidder’s annual volume pricing bracket and corresponding bid margin.

c. The bidder’s applicable annual volume pricing bracket bid margin shall be added to a Benchmark price of $1.00/gallon (for evaluation purposes) to determine a per gallon propane gas price.

d. This Benchmark included per gallon propane gas price will be multiplied by the location’s estimated annual volume to determine a total propane gas price for the location.

e. For customer delivery locations where one or more storage tanks were identified as “Contractor” owned, an evaluation price will be determined for tank rental and applicable tank delivery/set-up charge (based on the bidder’s specified charge for annual tank rental and tank delivery & set-up as determined by size of each storage tank). However, if bidder does not specify a rental charge and/or the delivery and set-up for any specified tank size, the next larger size (if one is listed) shall be used for bid evaluation purposes.

f. For customer delivery locations where one or more storage tanks were identified as “Purchaser” owned, there will be no evaluation price for tank rental & delivery/set-up.

g. To determine an Extended Evaluation Price for each customer delivery location, the Total Propane Gas Price and the Tank Rental & Delivery/Set-up charge shall be added together.

Reference Appendix G for Example of Evaluation Spreadsheet

2. The Extended Evaluation Price for each customer delivery location listed for a specific county shall be added together to determine a Total Extended Evaluation Price for the county, which will be used for bid evaluation purposes.

3. Separate bid evaluations and awards may be made for each customer delivery location with a transport sized storage tank (larger than 12, 000 gallons). The bidder’s bid margin price shall be used to determine the lowest price for transport volume customer delivery locations. Evaluation and award of transport volume customers will be made independently from the evaluation and award of all other customer delivery locations listed within the county.

8.4 SELECTION OF APPARENT SUCCESSFUL BIDDER(S)

The Bidder determined to be the lowest responsive and responsible bidder for one or more Washington counties will be declared the Apparent Successful Bidder. The OSP may enter into contract negotiations with the Apparent Successful Bidder to establish the contract.

Should contract negotiations fail to be completed within 15 calendar days after initiation, the OSP may immediately cease contract negotiations and declare the Bidder determined to be the next lowest responsive and responsible bidder the new Apparent Successful Bidder and enter into contract negotiations with that Bidder. This process will continue until the Contracts are signed or no qualified Bidders remain.

8.5 NOTIFICATION OF APPARENT SUCCESSFUL BIDDER(S)

All Bidders responding to this solicitation will be notified when the OSP has determined the Apparent Successful Bidder(s). The date of announcement of the Apparent Successful Bidder(s) will be the date of the notification from the OSP.

APPENDIX A PROTEST PROCEDURE

PROTEST PRIOR TO AWARD:

PROTEST PRIOR TO AWARD CRITERIA:

Protests prior to Award will be considered only if the protest concerns:

1. the bid of another Bidder,

2. the specifications or

3. the manner in which the solicitation process has been conducted.

INITIATING THE PROTEST PROCESS:

The protesting Bidder must notify the State Procurement Coordinator in charge of the solicitation of his/her intent to file a protest as soon as possible after he/she becomes aware of the reason(s) for the protest. The protest(s) must be received in writing by the State Procurement Coordinator not later than five (5) business days after the Bidder’s notification to the State Procurement Coordinator of the intent to protest.

If an Intent to Award is announced, any protest must be received in writing by the State Procurement Coordinator not later than five (5) business days after the announcement or as otherwise specified in the Solicitation document.

If a protest is not received within these time frames it will be untimely and the State Procurement Coordinator may proceed with the award without further obligation.

The Procurement Coordinator will consider all the facts available and issue a decision in writing within ten (10) business days after receipt of the protest, unless more time is needed.

If additional time is necessary the State Procurement Coordinator will notify the protesting Bidder and, where applicable, the Bidder(s) against whom the protest is made.

APPEAL OF PROTEST PRIOR TO AWARD DECISION:

The protesting Bidder or the Bidder against whom the protest is made has the right to appeal the decision of the State Procurement Coordinator to the GA Assistant Director in charge of the Office of State Procurement.

The appeal must be received by the GA Assistant Director within five (5) business days after notification of the State Procurement Coordinator's decision.

The GA Assistant Director will consider all of the facts available and issue a decision in writing within ten (10) business days after receipt of the appeal, unless more time is needed. The appealing Bidder will be notified if additional time is necessary.

Award of the contract will be postponed until after the GA Assistant Director has issued a decision unless an emergency exists necessitating the award of the contract as determined by the GA Assistant Director.

The decision of the GA Assistant Director on the protest appeal is final. The GA Assistant Director may issue further clarifications if determined necessary.

PROTEST AFTER AWARD:

PROTEST AFTER AWARD CRITERIA:

Protests after Award will be considered only if the protest concerns:

1. A matter which arises after the Award or

2. Could not reasonably have been known or discovered prior to Award.

INITIATING THE PROTEST PROCESS AFTER AWARD:

The protesting Bidder must notify both the State Procurement Coordinator in charge of the solicitation process and the Bidder that has received the Award that a protest of the Award is being made. This notification must be made as soon as possible after the Notice of Award is issued by an immediate communication method such as telephone or e-mail. The protesting Bidder must provide documentation demonstrating that they have notified the Bidder that has received the Award of their protest.

In addition to the above notification requirement, the written protest must be received by the GA Assistant Director in charge of the Office of State Procurement not later than five (5) business days after Notice of Award is issued by the Office of State Procurement.

The GA Assistant Director will:

Issue a decision on the protest within ten (10) business days after the protest was received, unless more time is needed.

The protesting Bidder and the Bidder who has received the Award shall be notified of any delay in issuing the GA Assistant Director’s decision if more time is needed.

The decision of the GA Assistant Director is final if the award is upheld. The GA Assistant Director may subsequently issue further clarifications, if necessary.

If the GA Assistant Director finds that the protest should be upheld and the Award canceled, all Bidders, including the protesting Bidder and the Bidder who received the Award, will be notified of the intent to cancel the Award and the reasons therefore.

AWARDED BIDDER APPEAL PROCESS

The Bidder who has received the Award has five (5) business days after receipt of notification of the intent to cancel the award in which to appeal the decision to the Director of General Administration. Copies of the Bidder’s appeal must also be sent to the GA Assistant Director and the State Procurement Coordinator responsible for the solicitation.

The Director of General Administration or designee will:

Issue a decision

a. to both the appealing Bidder and the original protesting Bidder

b. within ten (10) business days after receipt of the appeal, unless more time is needed

i. If more time is needed to issue a decision, all Bidders, including the appealing Bidder and the original protesting Bidder, will be notified.

DECISION FINAL

The appeal decision of the Director of General Administration is final. The Director of General Administration may subsequently issue further clarifications if necessary,

APPEAL UPHELD AND CONTRACT AWARD UPHELD

If the Director of General Administration upholds the appeal and upholds the contract as awarded, the State Procurement Coordinator will notify all Bidders of the decision.

APPEAL DENIED AND AWARD CANCELED

If the Director of General Administration upholds the decision of the GA Assistant Director the Office of State Procurement will proceed with cancellation of the award.

If the award is cancelled, the Assistant director of GA may reject all bids, quotes or proposals pursuant to RCW 43.1911(4) and solicit new bids, quotes or proposals.

If the Assistant director of GA does not decide to reject all bids, an award will be made to the next lowest responsive and responsible Bidder.

PROTEST AND APPEALS – FORM AND SUBSTANCE

All protests and appeals must:

1. be in writing,

2. signed by the protesting or appealing Bidder or an authorized agent

3. delivered within the time frame(s) outlined herein

4. addressed to that individual within the Office of State Procurement or General Administration assigned review responsibilities as specified above

The protesting or appealing Bidder must:

1. state all facts and arguments on which the protesting or appealing Bidder is relying as the basis for its action

2. attach any relevant exhibits related, or referred to in the written protest or appeal

3. mail, fax or deliver copies of all protests, appeals, and exhibits to the Bidder or Bidders against whom the protest is made at the same time such protest, appeal, and exhibits are submitted to the Office of State Procurement or General Administration.

COMMUNICATION DURING PROTESTS AND APPEALS

All communications relative to a solicitation that is being protested or appealed must be coordinated through that person conducting the official review for the Office of State Procurement or General Administration.

PART II MODEL CONTRACT

State of Washington

Department of General Administration

Office of State Procurement (OSP)

[pic]

Contract #01709

For Purchases of Propane Gas and Service

Under the Authority of

Chapter 43.19 RCW

1. OVERVIEW

1.1 CONTRACT SCOPE

The purpose of this contract is the as-needed purchase of propane gas delivered into customer’s owned or rented propane tank and related services, including but not limited to: rental tank delivery and set-up, installation, propane system maintenance and repairs, repair parts, and on-site labor.

1.2 CONTRACT SCOPE AND MODIFICATIONS

The OSP reserves the right to modify this Contract by mutual agreement between the OSP and the Contractor, so long as such modification is substantially within the scope of the original Contract. Such modifications will be evidenced by issuance of a written authorized amendment by the Contract Administrator.

1.3 RECITALS

The state of Washington, acting by and through the State Procurement Office (OSP), issued a Solicitation document (Invitation for Bid (IFB)), for the purpose of purchasing propane gas and related services in accordance with its authority under Chapter 43.19 RCW.

[Contractor] submitted a timely Response to the OSP’s Solicitation (incorporated by reference).

The OSP evaluated all properly submitted Responses to the above-referenced IFB and has identified [Contractor] as the apparently successful Contractor.

The [OSP] has determined that entering into a Contract with [Contractor] will meet Purchaser’s needs and will be in Purchaser’s best interest.

NOW THEREFORE, OSP awards to [Contractor] this Contract, the terms and conditions of which shall govern Contractor’s furnishing to Purchasers propane gas and related services. This Contract is not for personal use.

IN CONSIDERATION of the mutual promises as hereinafter set forth, the parties agree as follows:

1.4 ESTIMATED USAGE

Based on past and/or projected usage, it is estimated that purchases over the initial 3-year term of the Contract will be approximately 4,800,000 gallons of propane with an estimated value of $7,200,000 (assuming $1.50/gallon propane cost). Approximately 60% of the total gallons to be purchased are anticipated to be from state agencies and approximately 40% of the total gallons to be purchased are anticipated to be from participating political subdivisions (reference Appendix F Customer Locations and Requirements). Additionally in Appendix F Customer Locations and Requirements is listed approximately 375 customer/tank locations throughout the state of which about 460 tanks are rented from the contractor supplier and about 150 tanks are owned by the purchaser. This estimate is provided solely for the purpose of assisting Bidders in preparing their Response. Orders will be placed only on an as needed basis.

The State of Washington does not represent or guarantee any minimum purchase.

1.5 CONTRACT TERM

The initial term of this contract is for three (3) years from September 1, 2009 (or the effective date of the contract, whichever is later) with the option to extend for additional term(s) or portions thereof. Extension for each additional term shall be offered at the sole discretion of the OSP and are subject to written mutual agreement. The total contract term, including the initial term and all subsequent extensions, shall not exceed eight (8) years unless an emergency exists and/or special circumstances require a partial term extension. The state reserves the right to extend with all or some of the contractors, solely determined by the state.

1.6 PURCHASERS

General Use:

The resulting contract is for use by all members of the Washington State Purchasing Cooperative (WSPC) including where applicable: State Agencies, Institutions of Higher Education, Political Subdivisions, and Non-Profit Corporations.

While use of the contract by Political Subdivisions and Non-Profit Corporations that are members of the WSPC, the Office of State Procurement encourages them to use state contracts. Their use of the contracts may significantly increase the purchase volume. Their orders are subject to the same contract terms, conditions and pricing as state agencies. The Office of State Procurement accepts no responsibility for orders or payment by WSPC members.

A list of WSPC members is available at .

Purchases by Nonprofit Corporations:

Legislation allows nonprofit corporations to participate in State Contracts for purchases administered by the Office of State Procurement (OSP). By mutual agreement with OSP, the contractor may sell goods or services at contract pricing awarded under this IFB and resulting contract to self certified nonprofit corporations. Such organizations purchasing under the State Contract shall do so only to the extent they retain eligibility and comply with other contract and statutory provisions. The contractor may make reasonable inquiry of credit worthiness prior to accepting orders or delivering goods or services on contract. The State accepts no responsibility for payments by nonprofit corporations. Their use of the contracts may significantly increase the purchase volume. Their orders are subject to the same contract terms, conditions and pricing as state agencies.

2. CONTRACT ADMINISTRATION

2.1 OSP CONTRACT ADMINISTRATOR

The OSP shall appoint a single point of contact that will be the Contract Administrator for this Contract and will provide oversight of the activities conducted hereunder. The Contract Administrator will be the principal contact for Contractor concerning business activities under this Contract. The OSP will notify Contractor, in writing, when there is a new Contract Administrator assigned to this Contract.

2.2 ADMINISTRATION OF CONTRACT

GA will maintain Contract information and pricing and make it available on the GA web site. The Contract prices are the maximum price Contractor can charge. The Contractor may also offer volume discounts to Purchasers.

A Contractor may propose a revision to its offerings to reflect changed Products appropriate to the scope of the Contract, and may propose such new Products with associated prices to the GA Contract Administrator for approval. Contract Administrator has the sole discretion in approval of addition of revised offerings and pricing. New or changed Products proposed by Contractor must meet the requirements established in this solicitation document or subsequent revisions. If approved by GA, the new Products will be added to the Contract by written amendment.

For the term of the Contract, pricing for all Products will be no greater than the prices quoted in the Bidder’s Response. If, however, during any term of the Contract lower prices and rates become effective for like quantities of Products under similar terms and conditions, through reduction in Manufacturer’s or Contractor’s list prices, promotional discounts, or other circumstances, Purchasers must be given immediate benefit of such lower prices and rates.

2.3 CONTRACTOR SUPERVISION AND COORDINATION

Contractor shall:

1. Competently and efficiently, supervise and coordinate the implementation and completion of all Contract requirements specified herein;

2. Identify the Contractor’s Representative, who will be the principal point of contact for the OSP Contract Administrator concerning Contractor’s performance under this Contract.

3. Immediately notify the Contract Administrator in writing of any change of the designated Contractor’s Representative assigned to this Contract; and

4. Violation of any provision of this paragraph may be considered a material breach establishing grounds for Contract termination.

Be bound by all written communications given to or received from the Contractor’s Representative.

2.4 POST AWARD CONFERENCE

The Contractor may be required to attend a post award conference scheduled by the Contract Administrator to discuss contract performance requirements. The time and place of this conference will be scheduled following contract award.

2.5 CONTRACT MANAGEMENT

Upon award of this contract, the Contractor shall:

1. Review the impact of the award and take the necessary steps needed to ensure that contractual obligations will be fulfilled.

2. Promote and market the use of this contract to all authorized contract Purchasers.

3. Ensure that those who endeavor to utilize this contract are authorized Purchasers under this Contract.

4. At no additional charge, assist Purchasers in the following manner to make the most cost effective, value based, purchases including, but not limited to:

a) Visiting the Purchaser site and providing Purchaser with materials/supplies/equipment recommendations.

b) Providing Purchasers with a detailed list of contract items including current contract pricing and part numbers.

5. The Contractor shall designate a customer service representative who will be responsible for addressing Purchaser issues including, but not limited to:

a) Logging requests for service, ensuring repairs are completed in a timely manner, dispatching service technicians, and processing warranty claim documentation.

b) Providing Purchasers with regular and timely status updates in the event of an order or repair fulfillment delay.

6. Acting as the lead and liaison between the manufacturer and Purchaser in resolving warranty claims for contract items purchased.

2.6 CHANGES

Alterations to any of the terms, conditions, or requirements of this Contract shall only be effective upon written issuance of a mutually agreed Contract Amendment by the Contract Administrator. However, changes to point of contact information, other administrative changes, and changes to the base price for propane gas (which will require weekly adjustments), may be updated without the issuance of a mutually agreed Contract Amendment.

2.7 STATEWIDE VENDOR PAYMENT REGISTRATION

Contractors are required to be registered in the Statewide Vendor Payment system, prior to submitting a request for payment under this Contract. Purchasers who are Washington state agencies require registration to be completed prior to payment.

The Washington State Office of Financial Management (OFM) maintains a central contractor registration file for Washington State agencies to process contractor payments.

To obtain registration materials go to the form has two parts; Part 1 is the information required to meet the above registration condition. Part 2 allows the state to pay invoices electronically with direct deposit and is the state’s most efficient method of payment and you are encouraged to sign up for this form of payment.

2.8 SALES & SUBCONTRACTOR REPORTS

The Contractor shall provide a Sales and Subcontractor Report to the Office of State Procurement on a quarterly basis in the electronic format provided by the Office of State Procurement at: .

Reports must be submitted electronically within thirty (30) days after the end of the calendar quarter, i.e., no later than April 30th, July 31st, October 31st and January 31st.

2.9 OTHER REQUIRED REPORT(S)

All reports required under this contract must be delivered to the Contract Administrator. Contractor may be required to provide a detailed annual contract sales history report that may include but is not limited to gallons of propane delivered to each contract customer, tank ownership, and invoice amounts. These reports shall be in an electronic format that can be read by MS Excel. Other required reports will be designed and approved by the parties by mutual agreement.

3.0 WASHINGTON’S ELECTRONIC BUSINESS SOLUTION (WEBS)

Contractor shall be registered in the Contractor registration system, Washington’s Electronic Business Solution (WEBS) ga.webs, maintained by the Washington State Department of General Administration. Contractors already registered need not re-register. It is the sole responsibility of Contractor to properly register with WEBS and maintain an accurate Contractor profile in WEBS.

3. PRICING

3.1 PRICE PROTECTION

During the term of this contract, should the Contractor enter into pricing agreements with other customers providing greater benefits or lower pricing, Contractor shall immediately notify the Contract Administrator and amend this contract to provide similar benefits and pricing to the contract Purchasers if the pricing agreements with other customers offer similar usage quantities and similar conditions impacting pricing. Such notification shall include relevant provisions and details of the pricing agreements or contracts necessary to enable the OSP to fully evaluate the greater benefits or lower pricing provided under those agreements or contracts. In addition to Contractor amending this contract to reflect the greater benefits or lower pricing provided in other pricing agreements or contracts, Contractor shall apply the related greater benefits or lower pricing retroactively to the date of such pricing agreements or contracts for all purchases under this contract.

3.2 NO ADDITIONAL CHARGES

Unless otherwise specified in the Solicitation, no additional charges by the Contractor will be allowed including, but not limited to: handling charges such as packing, wrapping, bags, containers, reels; or the processing fees associated with the use of credit cards. Notwithstanding the foregoing, in the event that market conditions, laws, regulations or other unforeseen factors dictate, at the Contract Administrator’s sole discretion, additional charges may be allowed.

3.3 PRICE ADJUSTMENTS

Contractor requests for adjustments in pricing will be considered at sole discretion of the OSP only after expiration of the current term of the contract, and then on a pass through basis only that does not produce a higher profit margin for Contractor than that established by the original contract pricing.

Contractors shall not make extensions contingent on price adjustments.

Price increases will not be considered without supporting documentation sufficient to justify the requested increase. Documentation must be the result of cost increases incurred after contract commencement date. Contractor shall provide a detailed breakdown of their costs upon request. The grant of any price adjustment will be at the sole discretion of the OSP and, if granted, shall not produce a higher profit margin for the Contractor than that established by the original contract pricing. The Contractor shall be notified in writing by the Contract Administrator of any price adjustment granted by the OSP, and such price adjustment shall be set forth in a written amendment to the contract. Price adjustments granted by the OSP shall remain unchanged for at least one year (365 calendar days), and no request for adjustments in price will be considered during that time period.

4. CONTRACTOR QUALIFICATIONS AND REQUIREMENTS

4.1 ESTABLISHED BUSINESS

Prior to commencing performance, or prior to that time if required by the OSP, law or regulation, Contractor must be an established business firm with all required licenses, fees, bonding, facilities, equipment and trained personnel necessary to meet all requirements and perform the work as specified in the Solicitation. Contractor shall maintain compliance with these requirements throughout the life of this contract.

The OSP reserves the right to require receipt of proof of compliance with said requirements within ten (10) calendar days from the date of request, and to terminate this Contract as a material breach for noncompliance with any requirement of this paragraph.

4.2 DEALER AUTHORIZATION

The Contractor, if other than the manufacturer/producer, shall provide upon request a current, dated, and signed authorization from the manufacturer/producer that the Contractor is an authorized distributor, dealer or service representative and is authorized to sell the manufacturer's/producer’s products. Failure to provide such authorization upon request will result in Contract cancellation.

4.3 USE OF SUBCONTRACTORS

In accordance with IFB requirements, Contractor agrees to take complete responsibility for all actions of such Subcontractors.

Prior to performance, Contractor shall identify all subcontractors who will perform services in fulfillment of contract requirements, including their name, the nature of services to be performed, address, telephone, facsimile, email, federal tax identification number (TIN), and anticipated dollar value of each subcontract:

The OSP reserves the right to approve or reject any and all Subcontractors that identified by the contractor. Any Subcontractors not listed in the Bidder’s Response, who are engaged by the Contractor, must be pre-approved, in writing, by the OSP.

Specific restrictions apply to contracting with current or former state employees pursuant to Chapter 42.52 RCW.

4.4 SUBCONTRACTS AND ASSIGNMENT

Contractor shall not Subcontract, assign, or otherwise transfer its obligations under this Contract without the prior written consent of the Contract Administrator. Contractor shall provide a minimum of thirty (30) calendar days advance notification of intent to Subcontract, assign, or otherwise transfer its obligations under this Contract. Violation of this condition may be considered a material breach establishing grounds for Contract termination. The Contractor shall be responsible to ensure that all requirements of the Contract shall flow down to any and all Subcontractors. In no event shall the existence of a Subcontract operate to release or reduce the liability of Contractor to the state for any breach in the performance of the Contractor’s duties.

4.5 CONTRACTOR AUTHORITY AND INFRINGEMENT

Contractor is authorized to sell under this Contract, only those materials, supplies, services and/or equipment as stated herein and allowed for by the provisions of this Contract. Contractor shall not represent to any Purchasers that they have the contract authority to sell any other materials, supplies, services and/or equipment. Further, Contractor may not intentionally infringe on other established State Contracts.

4.6 MATERIALS AND WORKMANSHIP

The Contractor shall be required to furnish all materials, supplies, equipment and/or services necessary to perform Contractual requirements. Materials, supplies and workmanship used in the construction of equipment for this Contract shall conform to all applicable federal, state, and local codes, regulations and requirements for such equipment, specifications contained herein, and the normal uses for which intended. Materials, supplies and equipment shall be manufactured in accordance with the best commercial practices and standards for this type of materials, supplies, and equipment.

4.7 MERCURY CONTENT AND PREFERENCE

Contractor shall provide mercury-free products when available. Should mercury-free products not exist, contractors shall provide products with the lowest mercury content available. Contractor shall disclose products that contain added mercury and provide an explanation that includes the amount or concentration of mercury, and justification as to why added mercury is necessary for the function or performance of the product.

The Contractor is to provide any existing technical data pertaining to the addition of mercury or a mercury compound intentionally added to the product. If the product does not contain mercury or a mercury compound, Contractor shall submit a written statement to that effect. Contractor shall maintain compliance with these requirements throughout the life of this contract.

The OSP reserves the right to require receipt of proof of compliance with said requirements within ten (10) calendar days from the date of request, and to terminate this Contract as a material breach for noncompliance with any requirement of this paragraph.

5. DELIVERY REQUIREMENTS

5.1 ORDER FULFILLMENT REQUIREMENTS

Authorized Purchasers may place orders against this Contract either in person, electronically, facsimile or by phone. The Contractor is responsible to verify delivery conditions/requirements with the Purchaser prior to the delivery.

5.2 SHIPPING AND RISK OF LOSS

Contractor shall ship all Products purchased pursuant to this Contract, freight prepaid, FOB Purchaser’s destination. The method of shipment shall be consistent with the nature of the Products and hazards of transportation. Regardless of FOB point, Contractor agrees to bear all risks of loss, damage, or destruction of the Products ordered hereunder that occurs prior to delivery, except loss or damage attributable to Purchaser’s fault or negligence; and such loss, damage, or destruction shall not release Contractor from any obligation hereunder. After delivery the risk of loss or damage shall be borne by Purchaser, except loss or damage attributable to Contractor’s fault or negligence.

5.3 DELIVERY

Delivery must be made during Purchaser’s normal work hours and within delivery time frames established herein, or as otherwise mutually agreed in writing between the Purchaser and Contractor at the time of order placement.

Failure to comply with agreed upon delivery times may subject Contractor to damages. The Purchaser may refuse shipment when delivered after normal working hours. The Contractor shall verify specific working hours of individual Purchasers and instruct carrier(s) to deliver accordingly. The acceptance by the Purchaser of late performance, with or without objection or reservation by the Purchaser, shall not waive the right to claim damage for such breach, nor preclude the OSP or Purchaser from pursuing any other remedy provided herein, including termination, nor shall such acceptance of late performance constitute a waiver of the requirements for the timely performance of any obligation remaining to be performed by Contractor.

All deliveries are to be made to the applicable delivery location as indicated in the Order Document. When applicable, the Contractor shall take all necessary actions to safeguard items during inclement weather. In no case shall the Contractor initiate performance prior to receipt of written or verbal authorization from authorized Purchasers. Expenses incurred otherwise shall be borne solely by the Contractor.

5.4 SITE SECURITY

While on Purchaser’s premises, Contractor, its agents, employees, or Subcontractors shall conform in all respects with physical, fire, or other security regulations.

5.5 INSPECTION AND REJECTION

The Purchaser's inspection of all materials, supplies and equipment upon delivery is for the purpose of forming a judgment as to whether such delivered items are what was ordered, were properly delivered and ready for Acceptance. Such inspection shall not be construed as final acceptance, or as acceptance of the materials, supplies or equipment, if the materials, supplies or equipment does not conform to contractual requirements. If there are any apparent defects in the materials, supplies, or equipment at the time of delivery, the Purchaser will promptly notify the Contractor. Without limiting any other rights, the Purchaser may require the Contractor to: (1) repair or replace, at Contractor's expense, any or all of the damaged goods; (2) refund the price of any or all of the damaged goods; or (3) accept the return of any or all of the damaged goods.

5.6 EQUIPMENT INSTALLATION

Tank and pump delivery and installation shall be performed in a professional manner in accordance with industry standard best practices. The premises shall be left in a clean condition. The Purchaser reserves the right to require Contractor to repair all damages or provide full compensation as determined by the Purchaser.

5.7 TITLE TO PRODUCT

Upon delivery Contractor shall convey to Purchaser good title to the propane free and clear of all liens, pledges, mortgages, encumbrances, or other security interests.

5.8 HAZARDOUS MATERIALS

“Right to know” legislation requires the Department of Labor and Industries to establish a program to make employers and employees more aware of hazardous substances in their work environment. Implementing Chapter 296-839 WAC requires that all manufacturers and distributors of hazardous substances, including any of the items listed in this Contract, must include a complete material safety data sheet (MSDS) for each hazardous material. Additionally, each container of hazardous materials must be appropriately labeled with:

1. The identity of the hazardous material,

2. Appropriate hazard warnings, and

3. Name and address of the chemical manufacturer, importer, or other responsible party

Labor and Industries may levy appropriate fines for noncompliance and agencies may withhold payment-pending receipt of a legible copy of MSDS. It should be noted that OSHA Form 20 is not acceptable in lieu of this requirement unless it is modified to include appropriate information relative to “carcinogenic ingredients” and “routes of entry” of the product(s) in question.

6. PAYMENT

6.1 ADVANCE PAYMENT PROHIBITED

No advance payment shall be made for the products and services furnished by Contractor pursuant to this Contract.

6.2 IDENTIFICATION

All invoices, packing lists, packages, instruction manuals, correspondence, shipping notices, shipping containers, and other written materials associated with this Contract shall be identified by the Contract number and the applicable Purchaser’s order number. Packing lists shall be enclosed with each shipment and clearly identify all contents and any backorders.

6.3 PAYMENT, INVOICING AND DISCOUNTS

Payment is the sole responsibility of, and will be made by, the Purchaser.

Contractor shall provide a properly completed invoice to Purchaser. All invoices are to be delivered to the address indicated in the purchase order or as otherwise requested by the purchaser.

Each invoice shall be identified by the associated Contract Number; the Contractor’s Statewide Vendor registration number assigned by Washington State Office of Financial Management (OFM), and the applicable Purchaser’s order number. Invoices shall be prominently annotated by the Contractor with all applicable prompt payment and/or volume discount(s) and shipping charges unless otherwise specified in the Solicitation. Hard copy credit memos are to be issued when the state has been overcharged.

Invoices for payment will accurately reflect all discounts due the Purchaser. Invoices will not be processed for payment, nor will the period of prompt payment discount commence, until receipt of a properly completed invoice denominated in U.S. dollars and until all invoiced items are received and satisfactory performance of Contractor has been accepted by the Purchaser. If an adjustment in payment is necessary due to damage or dispute, any prompt payment discount period shall commence on the date final approval for payment is authorized.

Under Chapter 39.76 RCW , if Purchaser fails to make timely payment(s), Contractor may invoice for 1% per month on the amount overdue or a minimum of $1.00. Payment will not be considered late if a check or warrant is mailed within the time specified. If no terms are specified, net 30 days will automatically apply. Payment(s) made in accordance with Contract terms shall fully compensate the Contractor for all risk, loss, damages or expense of whatever nature and acceptance of payment shall constitute a waiver of all claims submitted by Contractor. If the Contractor fails to make timely payment(s) or issuance of credit memos, the Purchaser may impose a 1% per month on the amount overdue.

Payment for materials, supplies and/or equipment received and for services rendered shall be made by Purchaser and be redeemable in U.S. dollars. Unless otherwise specified, the Purchaser’s sole responsibility shall be to issue this payment. Any bank or transaction fees or similar costs associated with currency exchange procedures or the use of purchasing/credit cards shall be fully assumed by the Contractor.

6.4 TAXES, FEES AND LICENSES

Taxes:

Where required by statute or regulation, the Contractor shall pay for and maintain in current status all taxes that are necessary for Contract performance. Unless otherwise indicated, the Purchaser agrees to pay State of Washington taxes on all applicable materials, supplies, services and/or equipment purchased. No charge by the Contractor shall be made for federal excise taxes and the Purchaser agrees to furnish Contractor with an exemption certificate where appropriate.

Collection of Retail Sales and Use Taxes:

In general, Contractors engaged in retail sales activities within the State of Washington are required to collect and remit sales tax to Department of Revenue (DOR). In general, out-of-state Contractors must collect and remit “use tax” to Department of Revenue if the activity carried on by the seller in the State of Washington is significantly associated with Contractor’s ability to establish or maintain a market for its products in Washington State. Examples of such activity include where the Contractor either directly or by an agent or other representative:

1. Maintains an in-state office, distribution house, sales house, warehouse, service enterprise, or any other in-state place of business;

2. Maintains an in-state inventory or stock of goods for sale;

3. Regularly solicits orders from Purchasers located within the State of Washington via sales representatives entering the State of Washington;

4. Sends other staff into the State of Washington (e.g. product safety engineers, etc.) to interact with Purchasers in an attempt to establish or maintain market(s); or

5. Other factors identified in WAC 458-20 .

Department of Revenue Registration for Out-of-State Contractors:

Out-of-state Contractors meeting any of the above criteria must register and establish an account with the Department of Revenue. Refer to WAC 458-20-193, and call the Department of Revenue at 800-647-7706 for additional information. When out-of-state Contractors are not required to collect and remit “use tax,” Purchasers located in the State of Washington are responsible for paying this tax, if applicable, directly to the Department of Revenue.

Fees/Licenses:

After award of Contract, and prior to commencing performance under the Contract, the Contractor shall pay for and maintain in a current status any licenses, fees, assessments, permit charges, etc., which are necessary for Contract performance. It is the Contractor's sole responsibility to maintain licenses and to monitor and determine any changes or the enactment of any subsequent regulations for said fees, assessments, or charges and to immediately comply with said changes or regulations during the entire term of this Contract.

Customs/Brokerage Fees:

Contractor shall take all necessary actions, including, but not limited to, paying all customs, duties, brokerage, and/or import fees, to ensure that materials, supplies, and/or equipment purchased under the Contract are expedited through customs. Failure to do so may subject Contractor to liquidated damages as identified herein and/or to other remedies available by law or Contract. Neither the OSP nor the Purchaser will incur additional costs related to Contractor’s payment of such fees.

Taxes on Invoice:

Contractor shall calculate and enter the appropriate Washington State and local sales tax on all invoices. Tax is to be computed on new items after deduction of any trade-in in accordance with WAC 458-20-247.

6.5 MINORITY AND WOMEN’S BUSINESS ENTERPRISE (MWBE) PARTICIPATION

With each invoice for payment and within thirty (30) days of Purchasers request, Contractor shall provide Purchaser an Affidavit of Amounts Paid. The Affidavit of Amounts Paid shall either state that Contractor still maintains its MWBE certification, or state that its Subcontractor(s) still maintain(s) its/their MWBE certification(s) and specify the amounts paid to each certified MWBE Subcontractor under this Contract. Contractor shall maintain records supporting the Affidavit of Amounts Paid in accordance with this Contract’s Retention of Records section.

6.6 OVERPAYMENTS TO CONTRACTOR

Contractor shall refund to Purchaser the full amount of any erroneous payment or overpayment under this Contract within thirty (30) days’ written notice. If Contractor fails to make timely refund, Purchaser may charge Contractor one percent (1%) per month on the amount due, until paid in full.

6.7 AUDITS

The state reserves the right to audit, or have a designated third party audit, applicable records to ensure that the state has been properly invoiced. Any remedies and penalties allowed by law to recover monies determined owed will be enforced. Repetitive instances of incorrect invoicing may be considered complete cause for contract termination.

7. QUALITY ASSURANCE

7.1 RIGHT OF INSPECTION

Contractor shall provide right of access to its facilities to OSP, or any of OSP’s officers, or to any other authorized agent or official of the state of Washington or the federal government, at all reasonable times, in order to monitor and evaluate performance, compliance, and/or quality assurance under this Contract.

7.2 CONTRACTOR COMMITMENTS, WARRANTIES AND REPRESENTATIONS

Any written commitment by Contractor within the scope of this Contract shall be binding upon Contractor. Failure of Contractor to fulfill such a commitment may constitute breach and shall render Contractor liable for damages under the terms of this Contract. For purposes of this section, a commitment by Contractor includes: (i) prices, discounts, and options committed to remain in force over a specified period of time; and (ii) any warranty or representation made by Contractor in its Response or contained in any Contractor or manufacturer publications, written materials, schedules, charts, diagrams, tables, descriptions, other written representations, and any other communication medium accompanying or referred to in its Response or used to effect the sale to Purchaser.

7.3 WARRANTIES

Contractor warrants that all materials, supplies, services and/or equipment provided under this Contract shall be fit for the purpose(s) for which intended, for merchantability, and shall conform to the requirements and specifications herein. Acceptance of any materials, supplies, service and/or equipment, and inspection incidental thereto, by the Purchaser shall not alter or affect the obligations of the Contractor or the rights of the Purchaser.

7.4 COST OF REMEDY

Cost of Remedying Defects: All defects, indirect and consequential costs of correcting, removing or replacing any or all of the defective materials or equipment will be charged against the Contractor.

8. INFORMATION AND COMMUNICATIONS

8.1 ADVERTISING

Contractor shall not publish or use any information concerning this Contract in any format or media for advertising or publicity without prior written consent from the Contract Administrator.

8.2 RETENTION OF RECORDS

The Contractor shall maintain all books, records, documents, data and other evidence relating to this Contract and the provision of materials, supplies, services and/or equipment described herein, including, but not limited to, accounting procedures and practices which sufficiently and properly reflect all direct and indirect costs of any nature expended in the performance of this Contract. Contractor shall retain such records for a period of six (6) years following the date of final payment. At no additional cost, these records, including materials generated under the Contract, shall be subject at all reasonable times to inspection, review, or audit by the OSP, personnel duly authorized by the OSP, the Washington State Auditor’s Office, and federal and state officials so authorized by law, regulation or agreement.

If any litigation, claim or audit is started before the expiration of the six (6) year period, the records shall be retained until final resolution of all litigation, claims, or audit findings involving the records.

8.3 PROPRIETARY OR CONFIDENTIAL INFORMATION

To the extent consistent with Chapter 42.56 RCW, the Public Disclosure Act, the OSP shall maintain the confidentiality of Contractor’s information marked confidential or proprietary. If a request is made to view Contractor’s proprietary information, the OSP will notify Contractor of the request and of the date that the records will be released to the requester unless Contractor obtains a court order enjoining that disclosure. If Contractor fails to obtain the court order enjoining disclosure, the OSP will release the requested information on the date specified.

The State’s sole responsibility shall be limited to maintaining the above data in a secure area and to notify Contractor of any request(s) for disclosure for so long as the OSP retains Contractor’s information in the OSP records. Failure to so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed a waiver by Contractor of any claim that such materials are exempt from disclosure.

8.4 NON-ENDORSEMENT AND PUBLICITY

Neither the OSP nor the Purchasers are endorsing the Contractor’s Products or Services, nor suggesting that they are the best or only solution to their needs. Contractor agrees to make no reference to the OSP, any Purchaser or the state of Washington in any literature, promotional material, brochures, sales presentation or the like, regardless of method of distribution, without the prior review and express written consent of the OSP.

9. GENERAL PROVISIONS

9.1 GOVERNING LAW/VENUE

This Contract shall be construed and interpreted in accordance with the laws of the State of Washington, and the venue of any action brought hereunder shall be in the Superior Court for Thurston County.

9.2 SEVERABILITY

If any provision of this Contract or any provision of any document incorporated by reference shall be held invalid, such invalidity shall not affect the other provisions of this Contract that can be given effect without the invalid provision, and to this end the provisions of this Contract are declared to be severable.

9.3 SURVIVORSHIP

All transactions executed for Products and Services provided pursuant to the authority of this Contract shall be bound by all of the terms, conditions, Prices and Price discounts set forth herein, notwithstanding the expiration of the initial term of this Contract or any extension thereof. Further, the terms, conditions and warranties contained in this Contract that by their sense and context are intended to survive the completion of the performance, cancellation or termination of this Contract shall so survive. In addition, the terms of the sections titled Overpayments to Contractor; Contractor Commitments, Warranties and Representations; Order of Precedence, Incorporated Documents and Order of Precedence; Non-Endorsement and Publicity; Retention of Records; Proprietary or Confidential Information; Problem Resolution and Disputes; and Limitation of Liability shall survive the termination of this Contract.

9.4 GIFTS AND GRATUITIES

Contractor shall comply with all state laws regarding gifts and gratuities, including but not limited to: RCW 43.19.1937 , RCW 43.19.1939, RCW 42.52.150, RCW 42.52.160, and RCW 42.52.170 under which it is unlawful for any person to directly or indirectly offer, give or accept gifts, gratuities, loans, trips, favors, special discounts, services, or anything of economic value in conjunction with state business or contract activities.

Under RCW 43.19.1937 and the Ethics in Public Service Law, Chapter 42.52 RCW state officers and employees are prohibited from receiving, accepting, taking or seeking gifts (except as permitted by RCW 42.52.150) if the officer or employee participates in contractual matters relating to the purchase of goods or services.

9.5 IMMUNITY AND HOLD HARMLESS

To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless State, agencies of State and all officials, agents and employees of State, from and against all claims for injuries, death or damage to property arising out of or resulting from the performance of the contract. Contractor's obligation to indemnify, defend, and hold harmless includes any claim by Contractors’ agents, employees, representatives, or any subcontractor or its employees.

Contractor expressly agrees to indemnify, defend, and hold harmless the State for any claim arising out of or incident to Contractor's or any subcontractor's performance or failure to perform the contract. Contractor shall be required to indemnify, defend, and hold harmless the State only to the extent claim is caused in whole or in part by negligent acts or omissions of Contractor.

Contractor waives its immunity under Title 51 to the extent it is required to indemnify, defend and hold harmless State and its agencies, officials, agents or employees.

9.6 PERSONAL LIABILITY

It is agreed by and between the parties hereto that in no event shall any official, officer, employee or agent of the State of Washington when executing their official duties in good faith, be in any way personally liable or responsible for any agreement herein contained whether expressed or implied, nor for any statement or representation made herein or in any connection with this agreement.

9.7 INSURANCE

General Requirements:

Contractor shall, at their own expense, obtain and keep in force insurance as follows until completion of the Contract. Upon request, Contractor shall furnish evidence in the form of a certificate of insurance satisfactory to the State of Washington that insurance, in the following kinds and minimum amounts, has been secured. Failure to provide proof of insurance, as required, will result in Contract cancellation.

Contractor shall include all Subcontractors as insureds under all required insurance policies, or shall furnish separate Certificates of Insurance and endorsements for each Subcontractor. Subcontractor(s) must comply fully with all insurance requirements stated herein. Failure of Subcontractor(s) to comply with insurance requirements does not limit Contractor’s liability or responsibility.

All insurance provided in compliance with this Contract shall be primary as to any other insurance or self-insurance programs afforded to or maintained by the state.

Specific Requirements:

Employers Liability (Stop Gap): The Contractor will at all times comply with all applicable workers’ compensation, occupational disease, and occupational health and safety laws, statutes, and regulations to the full extent applicable and will maintain Employers Liability insurance with a limit of no less than $1,000,000.00. The State of Washington will not be held responsible in any way for claims filed by the Contractor or their employees for services performed under the terms of this Contract.

Commercial General Liability Insurance: The Contractor shall at all times during the term of this Contract, carry and maintain commercial general liability insurance and if necessary, commercial umbrella insurance for bodily injury and property damage arising out of services provided under this Contract. This insurance shall cover such claims as may be caused by any act, omission, or negligence of the Contractor or its officers, agents, representatives, assigns, or servants.

The insurance shall also cover bodily injury, including disease, illness and death, and property damage arising out of the Contractor’s premises/operations, independent Contractors, products/completed operations, personal injury and advertising injury, and contractual liability (including the tort liability of another assumed in a business Contract), and contain separation of insured’s (cross liability) conditions.

Contractor waives all rights against the State of Washington for the recovery of damages to the extent they are covered by general liability or umbrella insurance.

The limits of liability insurance shall not be less than as follows:

|General Aggregate Limits (other than products-completed operations) |$2,000,000 |

|Products-Completed Operations Aggregate |$2,000,000 |

|Personal and Advertising Injury Aggregate |$1,000,000 |

|Each Occurrence (applies to all of the above) |$1,000,000 |

|Fire Damage Limit (per occurrence) |$ 50,000 |

|Medical Expense Limit (any one person) |$ 5,000 |

Business Auto Policy (BAP):

In the event that services delivered pursuant to this Contract involve the use of vehicles, or the transportation of clients, automobile liability insurance shall be required. The coverage provided shall protect against claims for bodily injury, including illness, disease, and death; and property damage caused by an occurrence arising out of or in consequence of the performance of this service by the Contractor, Subcontractor, or anyone employed by either.

Contractor shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a combined single limit not less than $1,000,000 per occurrence. The business auto liability shall include Hired and Non-Owned coverage.

Contractor waives all rights against the State of Washington for the recovery of damages to the extent they are covered by business auto liability or commercial umbrella liability insurance.

Additional Insurance Provisions:

All above insurance policies shall include, but not be limited to, the following provisions:

Additional Insured:

The State of Washington and all authorized Purchasers shall be named as an additional insured on all general liability, umbrella, excess, and property insurance policies. All policies shall be primary over any other valid and collectable insurance.

Notice of Policy(ies) Cancellation/Non-renewal:

For insurers subject to Chapter 48.18 RCW (Admitted and regulated by the Washington State Insurance Commissioner) a written notice shall be given to the director of purchasing or designee forty-five (45) calendar days prior to cancellation or any material change to the policy(ies) as it relates to this Contract. Written notice shall include the affected Contract reference number.

Surplus Lines:

For insurers subject to Chapter 48.15 RCW (Surplus Lines) a written notice shall be given to the director of purchasing or designee twenty (20) calendar days prior to cancellation or any material change to the policy(ies) as it relates to this Contract. Written notice shall include the affected Contract reference number.

Cancellation for Non-payment to Premium:

If cancellation on any policy is due to non-payment of premium, a written notice shall be given the director of purchasing or designee ten (10) calendar days prior to cancellation. Written notice shall include the affected Contract reference number.

Identification:

Policy(ies) and Certificates of Insurance shall include the affected Contract reference number.

Insurance Carrier Rating:

The insurance required above shall be issued by an insurance company authorized to do business within the State of Washington. Insurance is to be placed with a carrier that has a rating of A- Class VII or better in the most recently published edition of Best’s Reports. Any exception must be reviewed and approved by the Risk Manager for the State of Washington, by submitting a copy of the Contract and evidence of insurance before Contract commencement. If an insurer is not admitted, all insurance policies and procedures for issuing the insurance policies must comply with Chapter 48.15 RCW and Chapter 284-15 WAC .

Excess Coverage:

The limits of all insurance required to be provided by the Contractor shall be no less than the minimum amounts specified. However, coverage in the amounts of these minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits.

Limit Adjustments:

The state reserves the right to increase or decrease limits as appropriate.

9.8 INDUSTRIAL INSURANCE COVERAGE

The Contractor shall comply with the provisions of Title 51 RCW Industrial Insurance. If the Contractor fails to provide industrial insurance coverage or fails to pay premiums or penalties on behalf of its employees as may be required by law, the OSP may terminate this Contract. This provision does not waive any of the Washington State Department of Labor and Industries (L&I) rights to collect from the Contractor.

9.9 NONDISCRIMINATION

During the performance of this Contract, the Contractor shall comply with all applicable federal and state nondiscrimination laws, regulations and policies, including, but not limited to, Title VII of the Civil Rights Act, 42 U.S.C. section 12101 et. seq.; the Americans with Disabilities Act (ADA); and, Chapter 49.60 RCW, Discrimination – Human Rights Commission.

9.10 OSHA AND WISHA REQUIREMENTS

Contractor agrees to comply with conditions of the Federal Occupational Safety and Health Administration (OSHA) and, if manufactured or stored in the State of Washington, the Washington Industrial Safety and Health Act (WISHA) and the standards and regulations issued there under, and certifies that all items furnished and purchased will conform to and comply with said laws, standards and regulations. Contractor further agrees to indemnify and hold harmless OSP and Purchaser from all damages assessed against Purchaser as a result of Contractor’s failure to comply with those laws, standards and regulations, and for the failure of the items furnished under the Contract to so comply.

9.11 ANTITRUST

The state maintains that, in actual practice, overcharges resulting from antitrust violations are borne by the Purchaser. Therefore, the Contractor hereby assigns to the State of Washington any and all of the Contractor’s claims for such price fixing or overcharges which arise under federal or state antitrust laws, relating to the materials, supplies, services and/or equipment purchased under this Contract.

9.12 WAIVER

Failure or delay of the OSP or Purchaser to insist upon the strict performance of any term or condition of the Contract or to exercise any right or remedy provided in the Contract or by law; or the OSP’s or Purchaser’s acceptance of or payment for materials, supplies, services and/or equipment, shall not release the Contractor from any responsibilities or obligations imposed by this Contract or by law, and shall not be deemed a waiver of any right of the OSP or Purchaser to insist upon the strict performance of the entire agreement by the Contractor. In the event of any claim for breach of Contract against the Contractor, no provision of this Contract shall be construed, expressly or by implication, as a waiver by the OSP or Purchaser of any existing or future right and/or remedy available by law.

10. SPECIAL PROVISIONS

10.1 BENCHMARK PRICES FOR PROPANE GAS

A. For this Contract a “benchmark” price shall be established to track changes in the market price of propane gas sold and/or distributed in the State of Washington. This benchmark price shall be an average of specific rack prices as reported and published weekly in the BPN Weekly Propane Newsletter, Published by Butane-Propane News, Inc., 3380 E. Foothill Blvd., P.O. Box 660698, Arcadia, CA 91006 Phone: (626) 357-2168. This newsletter is published on Mondays and reports rack prices (excluding other fees, assessments and taxes) for the previous Thursday (except for holidays). No other price change method(s) or other publication will be considered for contract administration during the term of the contract.

B. This benchmark price shall be calculated as the average of the following index prices as published weekly in the BPN Weekly Propane Newsletter:

• BP: Cherry Point, WA

• ConocoPhillips: Ferndale (Tank Car), WA

• Enterprise Prod: Anacortes, WA

• Conway (Principal Averages)

C. Each individual index price shall be rounded to a maximum of four numbers to the right of the decimal point on a dollars/gallon basis and the benchmark average price also shall be rounded to a maximum of four numbers to the right of the decimal point on a dollars/gallon basis. All contract prices shall be in U.S. gallons and U.S. dollars.

10.2 BENCHMARK PRICE CHANGES

A. The Monday issue of BPN Weekly Propane Newsletter shall be used to calculate the contract benchmark average price. The contract benchmark price shall be calculated and published on a weekly basis. The updated benchmark price shall go into effect at 12:01 AM on the Monday of the week and shall continue in effect through 12:00 PM the following Sunday.

Example (from May 4, 2009 publication):

Price Per Gallon

• BP: Cherry Point, WA $0.7400

• ConocoPhillips: Ferndale (Tank Car), WA $0.7400

• Enterprise Prod: Anacortes, WA $0.7000

• Conway (Principal Averages) $0.5625

Weekly Benchmark Price: $2.725 divided by 4 = $0.6856/gallon

This new benchmark price would have gone into effect at 12:01 AM Monday May 4, 2009 and would continue in effect through 12:00 PM Sunday, May 10, 2009.

B. The propane gas delivery date and time shall determine the applicable benchmark price and other contract prices, provided delivery and service was made within the terms, conditions and time frame established herein.

10.3 CONTRACT PRICES AND CHARGES

a. PROPANE GAS BID MARGIN PRICES

The bid margin price for propane gas shall be established based on the estimated annual volume of propane gas delivered the customer’s delivery location. The bid margin price for the identified pricing bracket shall then be added to the weekly benchmark price to determine the delivered price of the propane gas.

Following discussions and mutual agreement with the supplier, the estimated annual volume and corresponding pricing bracket may be adjusted annually to reflect prior year purchase volumes and/or anticipated purchases for the coming year.

B. PROPANE TANK DELIVERY AND SET-UP CHARGES, AND LABOR RATES

A separate charge based on the size of the tank(s) may be established for the delivery and set-up of rented new/used/reconditioned propane gas storage tanks. There may also be an hourly charge for on-site labor service provided by the Contractor. Charges for tank delivery and set-up and for on-site labor shall remain firm during the contract period.

C. PROPANE TANK AND PUMP RENTAL

An annual charge for propane tank rental based on tank size and a charge for pump rental shall be applicable to this contract. Rental periods of less than one year shall be prorated. Payments are due at the end of the annual rental period and are not due at the beginning of the rental period. Rental charges shall be firm during the contract period.

Contractor shall not charge for propane tank pick-up and the return of their storage tanks. Propane gas remaining in the tank shall be credited or refunded to the purchaser at the Contractor’s standard customer posted price or at the current contract price, whichever is higher.

D. PRICES FOR Parts and Supplies

Contractor’s customer posted price for parts and supplies shall be a price included in a catalog, price list, schedule or other form that is regularly maintained by the Contractor. A copy of the applicable price page must be made available to the customer upon request at no additional charge. The Contractor posted price list must state prices which are applicable to a significant number of purchasers constituting the general public. Any discount offered off of the posted price list must remain firm for the contract period.

E. delivery charge for remote tank locations

With prior approval of the Purchaser, Contractor may apply an additional delivery charge for delivery to remote tank locations. Remote locations may include delivery to tanks located high in the mountains or when travel time exceeding 2 hours each way to and from the location. Charges may not exceed the rate normally charged by the Contractor for similar deliveries to other customer remote storage tanks. However, use of this contract shall be optional for the Purchaser should a lower total delivered price be available from a non-contract supplier provided the tank is not a rental tank.

10.4 INVOICING

Given the complexity of contract pricing and the need for the Purchaser’s accountant to verify the accuracy of each invoice prior to approving for payment, Contractor’s invoice should list all of the following as separate line items. If items are combined, they must be accurate and clearly identifiable. Incorrect invoices shall be returned unpaid to the Contractor for correction and reissue. Incorrect invoicing will be grounds for contract termination and recovery of damages.

A. The Contractor’s delivery receipt is to be signed by Purchaser’s representative at the time of delivery. In rare instances, when the delivery driver is unable to locate Purchaser’s representative, he may write “no one available to sign” on delivery receipt and sign it himself.

B. Pricing shall be established on the day of delivery or the day the service was provided.

C. The Contractor shall prepare and submit a consolidated invoice to the Purchaser for each delivery, regardless of the number of tanks filled at the customer’s location.

D. Prices/taxes (typical invoice):

Applicable Weekly Benchmark Price $______/gallon

Bid Margin (based on estimated annual volume): $______/gallon

Federal Excise Tax:(1) Exempt

State and Local Sales Tax: (2) % added

Invoice Total: $_______

Footnotes:

(1) Federal Excise Tax: state agencies and political subdivisions may be exempt from Federal Excise Tax. Contractor should seek confirmation from each purchaser.

(2) Washington State and Local Sales tax is applicable to the purchase.

10.5 ORDERING PROCEDURES

Orders may be placed with Contractor by telephone, fax or electronically, from an authorized purchaser representative, or may be in writing through the use of State Form A-17 (Field Order) or other comparable order form.

10.6 DELIVERIES

A. Minimum Order Requirements: Although there shall be no minimum order quantity, Purchasers shall order reasonable quantities based on size of storage tank(s).

B. Delivery Completion: Delivery shall be completed only when propane has been shipped F.O.B. Destination and placed into the Purchaser’s owned or rented propane storage tank(s).

C. Delivery Default: When ordered propane has not been delivered within the terms and time frames specified herein, substitute propane may be purchased from another supplier and the Contractor will be responsible for paying any additional acquisition costs. Habitual late or otherwise non-complying deliveries shall be grounds for contract termination and recovery of damages.

D. Propane Deliveries: Propane deliveries will normally be as a result of one of the following ordering programs:

1. Routine Deliveries: For routine orders placed by the Purchaser, the Contractor will schedule deliveries during normal working hours within a guaranteed maximum of three (3) calendar days after receipt of order. However, on a case-by-case basis for remote delivery locations, the Purchaser and Contractor may agree on a later delivery date.

2. “Keep Full Program” Deliveries: Purchasers may request to participate in the Contractor’s Keep Full Program, if the Contractor has such a program for their other customers. Under this program, Contractor shall schedule deliveries at its convenience as authorized by the Purchaser. Further, Contractor guarantees that Keep Full Program customers will not run out of propane. If they should run out, Contractor agrees to make a delivery as quickly as possible, but not later than twenty-four (24) hours. The bid margin will remain the same for this service.

3. Emergency Deliveries: Should an emergency situation arise, the Contractor guarantees delivery within a maximum of twenty-four (24) hours after notification of need or as required by the Purchaser in response to the emergency. The Contractor may charge a reasonable service charge for such deliveries in addition to normal product charges and bid margins, based on the nature of the emergency and the extent of additional costs incurred.

E. Quantity Delivered: The Contractor shall provide a stamped loading ticket or handwritten meter readings to certify the actual volume delivered.

10.7 TANK DELIVERY AND INSTALLATION

Through this contract, Purchaser may request that the Contractor provide: the rental of a propane storage tank(s), assistance with the installation of a Purchaser owned tank(s), rental tank installation and set-up, necessary permits or fees, on-site labor, parts, supplies and piping. For some new installations Contractors may also be asked to provide concrete base slabs on which to set propane storage tanks, concrete slab and storage tank delivery and set-up services, trenching services, pipe installation services, pressure regulators and concrete filled bollards. All supplied equipment and services must comply with established federal, state and local codes and regulations. A copy of the equipment warranty and/or a copy of the company’s warranty shall also be furnished to the Purchaser at the time equipment or services are provided.

10.8 EQUIPMENT MAINTENANCE

Contractor shall be responsible for maintaining all propane equipment in good mechanical and operational condition regardless of equipment ownership. Contractor shall: inspect, service and repair equipment as necessary and invoice Purchaser as appropriate. Any costs for necessary upgrades or repairs shall receive prior approval from the Purchaser.

10.9 EQUIPMENT RENTAL

Many Purchasers have chosen to rent propane storage tanks or other equipment from their propane supplier rather than purchase the equipment themselves. (See Appendix F Customer Locations and Requirements, for tank ownership at each delivery location). Therefore, bidders must have propane storage tanks and other equipment available on a rental basis. Bidders are to specify their annual rental charges in Appendix E Price Worksheets. Rental payments shall be made at the end of each year of use (i.e. in arrears) or on a prorate basis should Contractor remove equipment that has been in place less than one year. Contractor may ask Purchaser to sign their standard rental agreement, provided the following words have been added to the agreement: “This rental agreement shall be in strict accordance with the prices, terms and conditions of Washington State Contract #01709.” Any rental agreement provision in conflict with any contract provision shall be unenforceable.

10.10 SUPPLIER CHANGEOVER

Since immediate changeover from the previous propane supplier to a new contract supplier may not always be possible, it shall be the Contractor’s responsibility to make changeovers as easy and non-intrusive as possible. When the transition calls for the new supplier to provide rental tanks or other equipment, the Contractor will be expected to coordinate the removal of the previous supplier’s tank(s) and the installation of their tank(s) in such a way as to minimize disruption to the Purchaser. In some instances where the changeover of rental equipment is involved, there may be some delays due to prior contractual commitments. However, major supplier changeover problems are not anticipated. Contractor shall not charge for the pick-up and return of previously rented tank(s) and equipment and shall credit or refund to the Purchaser for any returned propane gas left in the tank at the time of tank pick-up.

10.11 PRODUCT QUALITY

Propane gas delivered by the Contractor shall be free from impurities including water, dirt, harmful oils, fibrous materials, other petroleum products or contaminants. In case of damage directly traceable to contamination, the Contractor shall be responsible for all damages and costs incurred by the Purchaser.

10.12 PARTS AND LABOR WARRANTIES

Unless otherwise specified in this contract, full parts and labor warranty period shall be for a minimum period of one (1) year after Purchaser’s receipt and acceptance of materials and equipment.

10.13 TAX EXEMPT FORMS

Contractors should provide tax exemption forms (state or federal) to contract Purchasers on an as needed basis. Each Purchaser is responsible for properly completing the exemption forms and returning them to the Contractor when required for tax exempt fuel purchases.

10.14 FUEL ALLOCATIONS

If propane supplies should be allocated (whether a result of government or company action) the OSP Contract Administrator shall authorize and direct Purchaser’s participation in Contractor’s allocation program, including the transferring of allocation volumes between Purchaser’s delivery locations or among various Purchasers. Contractors are to contact the OSP Contract Administrator in the event of fuel shortages and the implementation of an allocation program.

11. DISPUTES AND REMEDIES

11.1 PROBLEM RESOLUTION AND DISPUTES

Problems arising out of the performance of this Contract shall be resolved in a timely manner at the lowest possible level with authority to resolve such problem. If a problem persists and cannot be resolved, it may be escalated within each organization.

In the event a bona fide dispute concerning a question of fact arises between OSP or the Purchaser and Contractor and it cannot be resolved between the parties through the normal escalation processes, either party may initiate the dispute resolution procedure provided herein.

The initiating party shall reduce its description of the dispute to writing and deliver it to the responding party. The responding party shall respond in writing within three (3) Business Days. The initiating party shall have three (3) Business Days to review the response. If after this review a resolution cannot be reached, both parties shall have three (3) Business Days to negotiate in good faith to resolve the dispute.

If the dispute cannot be resolved after three (3) Business Days, a Dispute Resolution Panel may be requested in writing by either party who shall also identify the first panel member. Within three (3) Business Days of receipt of the request, the other party will designate a panel member. Those two panel members will appoint a third individual to the Dispute Resolution Panel within the next three (3) Business Days.

The Dispute Resolution Panel will review the written descriptions of the dispute, gather additional information as needed, and render a decision on the dispute in the shortest practical time.

Each party shall bear the cost for its panel member and share equally the cost of the third panel member.

Both parties agree to exercise good faith in dispute resolution and to settle disputes prior to using a Dispute Resolution Panel whenever possible.

Unless irreparable harm will result, neither party shall commence litigation against the other before the Dispute Resolution Panel has issued its decision on the matter in dispute.

OSP, the Purchaser and Contractor agree that, the existence of a dispute notwithstanding, they will continue without delay to carry out all their respective responsibilities under this Contract that are not affected by the dispute.

If the subject of the dispute is the amount due and payable by Purchaser for materials, supplies, services and/or equipment being provided by Contractor, Contractor shall continue providing materials, supplies, services and/or equipment pending resolution of the dispute provided Purchaser pays Contractor the amount Purchaser, in good faith, believes is due and payable, and places in escrow the difference between such amount and the amount Contractor, in good faith, believes is due and payable.

11.2 ADMINISTRATIVE SUSPENSION

When it in the best interest of the state, the OSP may at any time, and without cause, suspend the Contract or any portion thereof for a period of not more than thirty (30) calendar days per event by written notice from the Contract Administrator to the Contractor’s Representative. Contractor shall resume performance on the next business day following the 30th day of suspension unless an earlier resumption date is specified in the notice of suspension. If no resumption date was specified in the notice of suspension, the Contractor can be demanded and required to resume performance within the 30 day suspension period by the Contract Administrator providing the Contractor’s Representative with written notice of such demand.

11.3 FORCE MAJEURE

The term “force majeure” means an occurrence that causes a delay that is beyond the control of the party affected and could not have been avoided by exercising reasonable diligence. Force majeure shall include acts of God, war, riots, strikes, fire, floods, epidemics, or other similar occurrences.

Exceptions: Except for payment of sums due, neither party shall be liable to the other or deemed in breach under this Contract if, and to the extent that, such party's performance of this Contract is prevented by reason of force majeure.

Notification: If either party is delayed by force majeure, said party shall provide written notification within forty-eight (48) hours. The notification shall provide evidence of the force majeure to the satisfaction of the other party. Such delay shall cease as soon as practicable and written notification of same shall likewise be provided. So far as consistent with the Rights Reserved below, the time of completion shall be extended by Contract amendment for a period of time equal to the time that the results or effects of such delay prevented the delayed party from performing in accordance with this Contract.

Rights Reserved: The OSP reserves the right to authorize an amendment to this Contract, terminate the Contract, and/or purchase materials, supplies, equipment and/or services from the best available source during the time of force majeure, and Contractor shall have no recourse against the State.

11.4 ALTERNATIVE DISPUTE RESOLUTION FEES AND COSTS

In the event that the parties engage in arbitration, mediation or any other alternative dispute resolution forum to resolve a dispute in lieu of litigation, both parties shall share equally in the cost of the alternative dispute resolution method, including cost of mediator or arbitrator. In addition, each party shall be responsible for its own attorneys’ fees incurred as a result of the alternative dispute resolution method.

11.5 NON-EXCLUSIVE REMEDIES

The remedies provided for in this Contract shall not be exclusive but are in addition to all other remedies available under law.

11.6 LIMITATION OF LIABILITY

The parties agree that neither Contractor, OSP nor Purchaser shall be liable to each other, regardless of the form of action, for consequential, incidental, indirect, or special damages except a claim related to bodily injury or death, or a claim or demand based on patent, copyright, or other intellectual property right infringement, in which case liability shall be as set forth elsewhere in this Contract. This section does not modify any sections regarding liquidated damages or any other conditions as are elsewhere agreed to herein between the parties. The damages specified in the sections titled Termination for Default and Retention of Records are not consequential, incidental, indirect, or special damages as that term is used in this section.

Neither the Contractor, the OSP nor Purchaser shall be liable for damages arising from causes beyond the reasonable control and without the fault or negligence of the Contractor, the OSP or Purchaser. Such causes may include, but are not restricted to, acts of God or of the public enemy, acts of a governmental body other than the OSP or the Purchaser acting in either its sovereign or contractual capacity, war, explosions, fires, floods, earthquakes, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather; but in every case the delays must be beyond the reasonable control and without fault or negligence of the Contractor, the OSP or the Purchaser, or their respective Subcontractors.

If delays are caused by a Subcontractor without its fault or negligence, Contractor shall not be liable for damages for such delays, unless the Services to be performed were obtainable on comparable terms from other sources in sufficient time to permit Contractor to meet its required performance schedule.

Neither party shall be liable for personal injury to the other party or damage to the other party’s property except personal injury or damage to property proximately caused by such party’s respective fault or negligence.

11.7 FEDERAL FUNDING

In the event that a federally funded acquisition results from this procurement, the contractor may be required to provide additional information (free of charge) at the request of the Purchasing Activity or purchaser: Further, the contractor may be subject to those federal requirements specific to the commodity.

11.8 FEDERAL RESTRICTIONS ON LOBBYING

Contractor certifies that under the requirements of Lobbying Disclosure Act, 2 U.S.C., Section 1601 et seq., no Federal appropriated funds have been paid or will be paid, by or on behalf of the contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

11.9 FEDERAL DEBARMENT AND SUSPENSION

The contractor certifies, that neither it nor its “principals” (as defined in 49 CFR. 29.105 (p) is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency.

12. CONTRACT TERMINATION

12.1 MATERIAL BREACH

A Contractor may be Terminated for Cause by the OSP, at the sole discretion of the Contract Administrator, for failing to perform a contractual requirement or for a material breach of any term or condition. Material breach of a term or condition of the Contract may include but is not limited to:

1. Contractor failure to perform services or deliver materials, supplies, or equipment by the date required or by an alternate date as mutually agreed in a written amendment to the Contract;

2. Contractor failure to carry out any warranty or fails to perform or comply with any mandatory provision of the contract;

3. Contractor becomes insolvent or in an unsound financial condition so as to endanger performance hereunder;

4. Contractor becomes the subject of any proceeding under any law relating to bankruptcy, insolvency or reorganization, or relief from creditors and/or debtors that endangers the Contractor’s proper performance hereunder;

5. Appointment of any receiver, trustee, or similar official for Contractor or any of the Contractor’s property and such appointment endangers the Contractor’s proper performance hereunder;

6. A determination that the Contractor is in violation of federal, state, or local laws or regulations and that such determination renders the Contractor unable to perform any aspect of the Contract.

12.2 OPPORTUNITY TO CURE

In the event that Contractor fails to perform a contractual requirement or materially breaches any term or condition, the OSP may issue a written cure notice. The Contractor may have a period of time in which to cure. The OSP is not required to allow the Contractor to cure defects if the opportunity for cure is not feasible as determined solely within the discretion of the OSP. Time allowed for cure shall not diminish or eliminate Contractor's liability for liquidated or other damages, or otherwise affects any other remedies available against Contractor under the Contract or by law.

If the breach remains after Contractor has been provided the opportunity to cure, the OSP may do any one or more of the following:

1. Exercise any remedy provided by law;

2. Terminate this Contract and any related Contracts or portions thereof;

3. Procure replacements and impose damages as set forth elsewhere in this Contract;

4. Impose actual or liquidated damages;

5. Suspend or bar Contractor from receiving future Solicitations or other opportunities;

6. Require Contractor to reimburse the state for any loss or additional expense incurred as a result of default or failure to satisfactorily perform the terms of the Contract.

12.3 TERMINATION FOR CAUSE

In the event the Contract Administrator, in its sole discretion, determines that the Contractor has failed to comply with the conditions of this Contract in a timely manner or is in material breach, the Contract Administrator has the right to suspend or terminate this Contract, in part or in whole. The Contract Administrator shall notify the Contractor in writing of the need to take corrective action. If corrective action is not taken within thirty (30) calendar days or as otherwise specified by the Contract Administrator, or if such corrective action is deemed by the Contract Administrator to be insufficient, the Contract may be terminated. The Contract Administrator reserves the right to suspend all or part of the Contract, withhold further payments, or prohibit the Contractor from incurring additional obligations of funds during investigation of the alleged breach and pending corrective action by the Contractor or a decision by the Contract Administrator to terminate the Contract.

In the event of termination, the OSP shall have the right to procure for all Purchasers any replacement materials, supplies, services and/or equipment that are the subject of this Contract on the open market. In addition, the Contractor shall be liable for damages as authorized by law including, but not limited to, any price difference between the original contract and the replacement or cover contract and all administrative costs directly related to the replacement contract, e.g., cost of the competitive bidding, mailing, advertising and staff time.

If it is determined that: (1) the Contractor was not in material breach; or (2) failure to perform was outside of Contractor's or its Subcontractor’s control, fault or negligence, the termination shall be deemed to be a "Termination for Convenience". The rights and remedies of the OSP and/or the Purchaser provided in this Contract are not exclusive and are in addition to any other rights and remedies provided by law.

12.4 TERMINATION FOR CONVENIENCE

Except as otherwise provided in this Contract, the OSP, at the sole discretion of the Contract Administrator, may terminate this Contract, in whole or in part by giving thirty (30) calendar days written notice beginning on the second day after mailing to the Contractor. If this Contract is so terminated, Purchasers shall be liable only for payment required under this Contract for properly authorized services rendered, or materials, supplies and/or equipment delivered to and Accepted by the Purchaser prior to the effective date of Contract termination. Neither the OSP nor the Purchaser shall have any other obligation whatsoever to the Contractor for such termination. This Termination for Convenience clause may be invoked by the OSP when it is in the best interest of the State of Washington.

12.5 TERMINATION FOR WITHDRAWAL OF AUTHORITY

In the event that the OSP and/or Purchaser’s authority to perform any of its duties is withdrawn, reduced, or limited in any way after the commencement of this Contract and prior to normal completion, the OSP may terminate this Contract, in whole or in part, by seven (7) calendar days written notice to Contractor.

12.6 TERMINATION FOR CONFLICT OF INTEREST

OSP may terminate this Contract by written notice to Contractor if it is determined, after due notice and examination, that any party to this Contract has violated Chapter 42.52 RCW , Ethics in Public Service, or any other laws regarding ethics in public acquisitions and procurement and performance of contracts. In the event this Contract is so terminated, the OSP and /or Purchaser shall be entitled to pursue the same remedies against Contractor as it could pursue in the event that the Contractor breaches this Contract.

12.7 TERMINATION BY MUTUAL AGREEMENT

The OSP and the Contractor may terminate this Contract in whole or in part, at any time, by mutual agreement.

12.8 TERMINATION PROCEDURE

In addition to the procedures set forth below, if the OSP terminates this Contract, Contractor shall follow any procedures the Contract Administrator specifies in the termination notice.

Upon termination of this Contract and in addition to any other rights provided in this Contract, Contract Administrator may require the Contractor to deliver to the Purchaser any property specifically produced or acquired for the performance of such part of this contract as has been terminated. The provisions of the "Treatment of Assets" clause shall apply in such property transfer.

The Purchaser shall pay to the Contractor the agreed upon price, if separately stated, for completed work and service(s) Accepted by the Purchaser, and the amount agreed upon by the Contractor and the Purchaser for (i) completed materials, supplies, services rendered and/or equipment for which no separate price is stated, (ii) partially completed materials, supplies, services rendered and/or equipment, (iii) other materials, supplies, services rendered and/or equipment which are Accepted by the Purchaser, and (iv) the protection and preservation of property, unless the termination is for cause, in which case the OSP and the Purchaser shall determine the extent of the liability of the Purchaser. Failure to agree with such determination shall be a dispute within the meaning of the "Disputes" clause of this contract. The Purchaser may withhold from any amounts due the Contractor such sum as the Contract Administrator and Purchaser determine to be necessary to protect the Purchaser against potential loss or liability.

The rights and remedies of the OSP and/or the Purchaser provided in this section shall not be exclusive and are in addition to any other rights and remedies provided by law or under this contract.

After receipt of a termination notice, and except as otherwise expressly directed in writing by the Contract Administrator, the Contractor shall:

1. Stop all work, order fulfillment, shipments, and deliveries under the Contract on the date, and to the extent specified, in the notice;

2. Place no further orders or subcontracts for materials, services, supplies, equipment and/or facilities in relation to the Contract except as is necessary to complete or fulfill such portion of the Contract that is not terminated;

3. Complete or fulfill such portion of the Contract that is not terminated in compliance with all contractual requirements;

4. Assign to the Purchaser, in the manner, at the times, and to the extent directed by the Contract Administrator on behalf of the Purchaser, all of the rights, title, and interest of the Contractor under the orders and subcontracts so terminated, in which case the Purchaser has the right, at its discretion, to settle or pay any or all claims arising out of the termination of such orders and subcontracts.

5. Settle all outstanding liabilities and all claims arising out of such termination of orders and subcontracts, with the approval or ratification of the Contract Administrator and/or the Purchaser to the extent Contract Administrator and/or the Purchaser may require, which approval or ratification shall be final for all the purposes of this clause;

6. Transfer title to the Purchaser and deliver in the manner, at the times, and to the extent directed by the Contract Administrator on behalf of the Purchaser any property which, if the contract had been completed, would have been required to be furnished to the Purchaser;

7. Take such action as may be necessary, or as the Contract Administrator and/or the Purchaser may direct, for the protection and preservation of the property related to this contract which is in the possession of the Contractor and in which the OSP and/or the Purchaser has or may acquire an interest.

13. CONTRACT EXECUTION

13.1 PARTIES

This Contract (“Contract”) is entered into by and between the state of Washington, acting by and through the Department of General Administration, Office of State Procurement (OSP), an agency of Washington State government (“OSP” or “State”) located at 210 11th Ave. SW, Room 201 GA Bldg., Olympia WA 98504-1017, and [Contractor], a [corporation/sole proprietor or other business form] licensed to conduct business in the state of Washington (“Contractor”), located at [Contractor address] for the purpose of providing propane and related services.

13.2 ENTIRE AGREEMENT

This Contract document and all subsequently issued amendments comprise the entire agreement between the OSP and the Contractor. No other statements or representations, written or oral, shall be deemed a part of the Contract.

This Contract sets forth the entire agreement between the parties with respect to the subject matter hereof and except as provided in the section titled Contractor Commitments, Warranties and Representations, understandings, agreements, representations, or warranties not contained in this Contract or a written amendment hereto shall not be binding on either party. Except as provided herein, no alteration of any of the terms, conditions, delivery, Price, quality, or Specifications of this Contract will be effective without the written consent of both parties.

13.3 INCORPORATED DOCUMENTS, ORDER OF PRECEDENCE, CONFLICT AND CONFORMITY

Incorporated Documents:

Each of the documents listed below is, by this reference, incorporated into this Contract as though fully set forth herein.

1. The OSP’s Solicitation document #01709 with all attachments and exhibits, and all amendments thereto

2. Contractor’s response to the Solicitation #01709 dated [date];

The terms and conditions contained on Purchaser’s Order Documents, if used; and

All Contractor or manufacturer publications, written materials and schedules, charts, diagrams, tables, descriptions, other written representations and any other supporting materials Contractor made available to Purchaser and used to affect the sale of the Product to the Purchaser.

Order of Precedence

In the event of a conflict in such terms, or between the terms and any applicable statute or rule, the inconsistency shall be resolved by giving precedence in the following order:

1. Applicable Federal and State of Washington statutes and regulations.

2. Mutually agreed written amendments to this Contract.

3. This Contract, Number 01709.

4. The OSP’s Solicitation document with all attachments and exhibits, and all amendments thereto.

5. Contractor’s response to the Solicitation.

6. Any other provision, term, or materials incorporated into the Contract by reference.

Conflict: To the extent possible, the terms of this Contract shall be read consistently.

Conformity: If any provision of this Contract violates any Federal or State of Washington statute or rule of law, it is considered modified to conform to that statute or rule of law.

13.4 LEGAL NOTICES

Any notice or demand or other communication required or permitted to be given under this Contract or applicable law (except notice of malfunctioning Equipment) shall be effective only if it is in writing and signed by the applicable party, properly addressed, and either delivered in person, or by a recognized courier service, or deposited with the United States Postal Service as first-class mail (postage prepaid), via facsimile or by electronic mail, to the parties at the addresses, fax numbers, or e-mail addresses provided in this section. For purposes of complying with any provision in this Contract or applicable law that requires a “writing,” such communication, when digitally signed with a Washington State Licensed Certificate, shall be considered to be “in writing” or “written” to an extent no less than if it were in paper form.

|To Contractor at: |To OSP (Purchasing Activity) at: |

|[Contractor] |State of Washington |

| |Office of State Procurement |

|Attn: |Attn: |

|[Contractor's Representative] |[OSP Contract Administrator] |

|[Contractor address] |Street: 210 11th Avenue SW, Room 201 |

| |General Administration Building |

|Phone: |Phone: |

|Fax: |Fax: |

|E-mail: |E-mail: |

Notices shall be effective upon receipt or four (4) Business Days after mailing, whichever is earlier. The notice address as provided herein may be changed by written notice given as provided above.

In the event that a subpoena or other legal process commenced by a third party in any way concerning the Equipment or Services provided pursuant to this Contract is served upon Contractor or OSP, such party agrees to notify the other party in the most expeditious fashion possible following receipt of such subpoena or other legal process. Contractor and OSP further agree to cooperate with the other party in any lawful effort by the other party to contest the legal validity of such subpoena or other legal process commenced by a third party.

13.5 LIENS, CLAIMS AND ENCUMBRANCES

All materials, equipment, supplies and/or services shall be free of all liens, claims, or encumbrances of any kind, and if the OSP or the Purchaser requests, a formal release of same shall be delivered to the respective requestor.

13.6 AUTHORITY TO BIND

The signatories to this Contract represent that they have the authority to bind their respective organizations to this Contract.

13.7 COUNTERPARTS

This Contract may be executed in counterparts or in duplicate originals. Each counterpart or each duplicate shall be deemed an original copy of this Contract signed by each party, for all purposes.

In Witness Whereof, the parties hereto, having read this Contract in its entirety, including all attachments, do agree in each and every particular and have thus set their hands hereunto.

This Contract is effective this _____day of ______________, 2___.

This is a Partial/Total award for: _________________

|Approved | |Approved |

|State of Washington | |[Contractor] |

|Office of State Procurement | | |

|210 11th Avenue SW, Room 201 | | |

|General Administration Building | | |

|Olympia, Washington 98504-1017 | | |

| | | |

|Signature | |Signature |

| | | |

|Print or Type Name Date | |Print or Type Name Date |

|Title | |Title |

APPENDIX B STANDARD DEFINITIONS

This section contains definitions of terms commonly used in Solicitations conducted by the State of Washington, Office of State Procurement. Additional definitions may also be found in Chapter 43.19 RCW and WAC 236-48-003, and all terms contained herein will be read consistently with those definitions.

|Acceptance |The materials, supplies, services, and/or equipment have passed appropriate Inspection. In the event that there is a formal |

| |Acceptance Testing period required in the Solicitation document then acceptance is formalized in writing. If there is no |

| |Acceptance Testing, acceptance may occur when the Products are delivered and inspected. |

|Acceptance Testing |The process for ascertaining that the materials, supplies, services, and/or equipment meets the standards set forth in the |

| |Solicitation, prior to Acceptance by the Purchaser. |

|Agency |Includes State of Washington institutions, the offices of the elective state officers, the Supreme Court, the court of appeals, |

| |the administrative and other departments of state government, and the offices of all appointive officers of the state. In |

| |addition, colleges, community colleges, and universities who choose to participate in State Contract(s) are included. "Agency" |

| |does not include the legislature. |

|All or Nothing |The result of a competitive Solicitation that requires that a Contract be executed with a single Bidder for delivery of goods |

| |and/or services. In the event that suppliers are unable to deliver the entirety of the goods and/or services required, no |

| |Contract is executed. No partial fulfillment opportunities are available as a result of the Solicitation |

| |A method of award resulting from a competitive Solicitation by which the OSP will award the resulting Contract to a single |

| |Bidder. |

| |Also, a designation the Bidder may use in its Bid or Response to indicate its offer is contingent upon full award and it will |

| |not accept a partial award. |

|Alternate |A substitute offer of materials, supplies, services and/or equipment that is not at least a functional Equal in features, |

| |performance and use and which materially deviates from one or more of the specifications in a competitive Solicitation. |

|Amendment |A change to a legal document. For the purposes of a Solicitation document, an amendment shall be a unilateral change issued by |

| |the OSP, at its sole discretion. |

|Authorized Representative |An individual designated by the Bidder or Contractor to act on its behalf and with the authority to legally bind the Bidder or |

| |Contractor concerning the terms and conditions set forth in Solicitation, Bid and Contract documents. |

|Bid |A sealed written offer to perform a Contract to provide materials, supplies, services, and/or equipment in reply to an |

| |Invitation For Bid (IFB). |

|Bidder |A Vendor who submits a Bid or Proposal in reply to a Solicitation. |

|Business Days |Monday through Friday, 8:00 a.m. to 5:00 p.m., Pacific Time, except for holidays observed by the state of Washington. |

|Calendar Days |Consecutive days of the year including weekends and holidays, each of which commence at 12:00:01 a.m. and end at Midnight, |

| |Pacific Time. When “days” are not specified, Calendar Days shall prevail. |

|Contract |An agreement, or mutual assent, between two or more competent parties with the elements of the agreement being offer, |

| |acceptance, and consideration. |

|Contract Administrator |The person designated to manage the resultant Contract for the OSP (Purchasing Activity). The primary contact for the OSP with |

| |Purchasers and Contractor on a specific Contract. |

|Contractor |Individual, company, corporation, firm, or combination thereof with whom the OSP develops a Contract for the procurement of |

| |materials, supplies, services, and/or equipment. It shall also include any Subcontractor retained by Contractor as permitted |

| |under the terms of the Contract. |

|Equal |An offer of materials, supplies, services and/or equipment that meets or exceeds the quality, performance and use of the |

| |specifications identified in a Solicitation. |

|Estimated Useful Life |The estimated time from the date of acquisition to the date of replacement or disposal, determined in any reasonable manner. |

|Inspection |An examination of delivered material, supplies, services, and/or equipment prior to Acceptance aimed at forming a judgment as to|

| |whether such delivered items are what was ordered, were properly delivered and ready for Acceptance. Inspection may include a |

| |high level visual examination or a more thorough detailed examination as is customary to the type of purchase, as set forth in |

| |the solicitation document and/or as agreed between the parties. Inspection shall be acknowledged by an authorized signature of |

| |the Purchaser. |

|Invitation For Bid (IFB) |The form utilized to solicit Bids in the formal, sealed Bid procedure and any amendments thereto issued in writing by the OSP. |

| |Specifications and qualifications are clearly defined. |

|Lead Time/After Receipt Of Order |The period of time between when the Contractor receives the order and the Purchaser receives the materials, supplies, equipment,|

|(ARO) |or services order. |

|Life Cycle Cost |The total cost of an item to the state over its Estimated Useful Life, including costs of selection, acquisition, operation, |

| |maintenance, and where applicable, disposal, as far as these costs can reasonably be determined, minus the salvage value at the |

| |end of its estimated useful life. |

|Office Of State Procurement |The Purchasing Activity within the Washington Department of General Administration, Services Division authorized under Chapter |

| |43.19 RCW to develop and administer contracts for goods and services on behalf of state agencies, colleges and universities, |

| |non-profit organizations and local governments. |

|Order Document |A written communication, submitted by a Purchaser to the Contractor, which details the specific transactional elements required |

| |by the Purchaser within the scope of the Contract such as delivery date, size, color, capacity, etc. An Order Document may |

| |include, but is not limited to field orders, purchase orders, work order or other writings as may be designated by the parties |

| |hereto. No additional or alternate terms and conditions on such written communication shall apply unless authorized by the |

| |Contract and expressly agreed between the Purchaser and the Contractor. |

|Procurement Coordinator |The individual authorized by the OSP who is responsible for conducting a specific Solicitation. |

|Product |Materials, supplies, services, and/or equipment provided under the terms and conditions of this Contract. |

|Proposal |A sealed written offer to perform a Contract to supply materials, supplies, services, and/or equipment in reply to a Request For|

| |Proposal (RFP). |

|Purchaser |The authorized user of the Contract, as identified in the Solicitation, who may or actually does make purchases of material, |

| |supplies, services, and/or equipment under the resulting Contract. |

|Purchasing Activity |The Office of State Procurement is an Agency authorized by law to conduct acquisition of materials, supplies, services, and/or |

| |equipment. |

|Recycled Material |Waste materials and by-products that have been recovered or diverted from solid waste and that can be utilized in place of a raw|

| |or virgin material in manufacturing a product and consists of materials derived from post-consumer waste, manufacturing waste, |

| |industrial scrap, agricultural wastes and other items, all of which can be used in the manufacture of new or recycled products. |

|Recycled Content Product |A product containing recycled material. |

|Responsible |The ability, capacity, and skill to perform the Contract or provide the service required , including, but not limited to the |

| |character, integrity, reputation, judgment, experience, and efficiency of the Bidder; Further considerations may include, but |

| |are not limited to whether the Bidder can perform the contract within the time specified, the quality of performance of previous|

| |contracts or services, the previous and existing compliance by the Bidder with laws relating to the contract or services and |

| |such other information as may be secured having a bearing on the decision to award the contract: |

|Responsive |A Bid or Proposal that meets all material terms of the Solicitation document. |

|Response |A Bid or Proposal |

|Solicitation |The process of notifying prospective Bidders that the OSP desires to receive competitive Bids or Proposals for furnishing |

| |specified materials, supplies, services, and/or equipment. Also includes reference to the actual documents used for that |

| |process, including: the Invitation For Bids (IFB) or Request For Proposals (RFP), along with all attachments and exhibits |

| |thereto. |

|State |The State of Washington acting by and through the OSP. |

|State Contract |The written document memorializing the agreement between the successful Bidder and the OSP for materials, supplies, services, |

| |and/or equipment and/or administered by the Office of State Procurement on behalf of the State of Washington. |

| |“State Contract” does not include the following: |

| |• Colleges and universities that choose to purchase under RCW 28B.10.029 |

| |• Purchases made in accordance with state purchasing policy under Washington Purchasing Manual Part 6.11 Best Buy Program; |

| |• Purchases made pursuant to authority granted or delegated under RCW 43.19.190(2) or (3) |

| |• Purchases authorized as an emergency purchase under RCW 43.19.200(2); or |

| |• Purchases made pursuant to other statutes granting the Agency authority to independently conduct purchases of materials, |

| |supplies, services, or equipment. |

|Subcontractor |A person or business that is, or will be, providing or performing an essential aspect of the Contract under the direction and |

| |responsibility of the Contractor and with the agreement of the OSP. |

|Vendor |A provider of materials, supplies, services, and/or equipment. |

|Washington’s Electronic Business |The Vendor registration and Bidder notification system maintained by the Washington State Department of General Administration |

|Solution (WEBS) |located at: ga.webs. |

APPENDIX C BID INFORMATION AND BIDDER PROFILE

Bidders shall complete the following required information. Where additional space is needed and/or where specifically requested, submit an additional letter.

1. Company Name: _________________________________________________

Address: _______________________________________________

City: ________________________ State: _______________________ Zip: ________________

Phone: ______________________ FAX (if any): _______________________

Washington State Department of Revenue Registration Tax number: ______________________

Federal Tax ID No.: ________________________

2. Legal Status of the Bidder:

Corporation: ______ Partnership: ______ Sole Proprietor: _____

Other: _____________________________________________________

3. Bidder’s Authorized Representative: (Reference section 4.3 of the Solicitation Document and section 2.3 of the Model Contract)

Name: ___________________________________

Title: ____________________________________

Phone: _____________________ FAX: ____________________ E-mail: _______________________

4. Contact Person for Sales and Other Reports: (Reference section 2.8 of the Model Contract)

Company Name: ________________________________

Address: _______________________________________________

City: ________________________ State: _______________________ Zip: ________________

Contact Person’s Name: _________________________________________________

Phone: ______________________ FAX: ____________________ E-mail: __________________

5. Minority/Women Owned Business (MWBE): (Reference section 1.10 of the Solicitation Document and section 6.5 of the Model Contract)

Yes: ____ No: ____ (Check only one): Minority: ____ Women: ____

Washington State Certification No: ______________ Self Certified: ____ (check if applicable)

6. Purchasing Cooperative Members:

A. Political Subdivision: Bidder agrees to sell the goods and services on this contract to political subdivisions which are members of the State of Washington Purchasing Cooperative (WSPC): Yes____ No____ (If reply is “No” attach letter to this bid response explaining reason(s) for declining participation by these members).

B. Nonprofit Corporations: Bidder agrees to sell the goods and services on this contract to nonprofit corporations which are members of the State of Washington Purchasing Cooperative (WSPC): Yes____ No____ (If reply is “No” attach letter to this bid response explaining reason(s) for declining participation by these members).

7. Reciprocity: Firms bidding from California only: Is your firm currently certified as a small business under California Code, Title 2, Section 1896.12? Yes _____ No _____.

8. Payment Methods and Term:

Prompt Payment Discount % 30 days or Net 30 days. Note: Prompt payment discount periods equal to (or greater than) 30 calendar days will receive consideration and bid pricing will be reduced (for evaluation purposes only) by the amount of that discount(s). (Reference section 4.8 of the Solicitation Document)

Purchasing (charge) Cards accepted Yes ___ No ___. Washington State Purchasing card is VISA.

Bidder is to identify the purchasing (charge) cards they accept:

___________________________________ _________________________________

___________________________________ _________________________________

9. Order Lead Time:

A. For less than transport delivery quantities (i.e. bobtail deliveries), delivery shall be made within _____ calendar days after supplier’s receipt of order (ARO); unless the Purchaser is participating in the Contractor’s “Keep Full” program.

B. For transport delivery quantities (about 8,000 gallons), delivery shall be made within _____ calendar days after supplier’s receipt of order (ARO).

10. Subcontractors: Bidders shall provide the following information, if applicable. Where additional space is needed and/or where specifically requested, submit an attached letter. (Reference section 4.13 of the Solicitation Document)

A. Identify any subcontractors that will participate in the fulfillment of contract requirements and briefly describe the nature of equipment/services to be performed. Identify the anticipated dollar value of subcontractor’s participation. Include federal tax identification (TIN) number.

Name: _________________________ Address: _______________________________

Anticipated value of participation: $_____________ TIN Number: _________________________

Description of equipment/services: ______________________________________________

___________________________________________________________________________

B. Identify any subcontractors that will participate in the fulfillment of contract requirements and briefly describe the nature of equipment/services to be performed. Identify the anticipated dollar value of subcontractor’s participation. Include federal tax identification (TIN) number.

Name: _________________________ Address: _______________________________

Anticipated value of participation: $_____________ TIN Number: _________________________

Description of equipment/services: ______________________________________________

___________________________________________________________________________

11. Customer References: Bidders shall identify at least three (3) commercial or governmental references that your firm has supplied propane gas and service similar to that being offered in response to this bid. Provide the name of the company/organization, their address and the name and telephone number of a contact person who may be contacted to verify level of satisfaction and quality of product and service provided by your firm during the past two years. (Reference section 4.10 of the Solicitation Document)

A. Company Name: _________________________________________

12.

Without benefit of this state contract, bidder would normally charge state agencies and political subdivision customers an average of $_____ cents per gallon or ____% higher propane gas prices. (This question is being asked to assess the savings to the state as a result of this contract).

APPENDIX D PLANT LOCATIONS

Propane gas and service will be provided to Purchaser’s delivery locations from the following bidder owned plants in the performance of this contract in the event of contract award: (Reference section 5.7 of the Solicitation Document) Unless otherwise noted, orders will be placed with these plants.

|Company Name: | | |Company Name: | |

|Address: | | |Address: | |

|City/State/Zip: | | |City/State/Zip: | |

|Plant Manager: | | |Plant Manager: | |

|Phone: | | |Phone: | |

|Counties served from this | | |Counties served from this | |

|plant: | | |plant: | |

|Company Name: | | |Company Name: | |

|Address: | | |Address: | |

|City/State/Zip: | | |City/State/Zip: | |

|Plant Manager: | | |Plant Manager: | |

|Phone: | | |Phone: | |

|Counties served from this | | |Counties served from this | |

|plant: | | |plant: | |

|Company Name: | | |Company Name: | |

|Address: | | |Address: | |

|City/State/Zip: | | |City/State/Zip: | |

|Plant Manager: | | |Plant Manager: | |

|Phone: | | |Phone: | |

|Counties served from this | | |Counties served from this | |

|plant: | | |plant: | |

|Company Name: | | |Company Name: | |

|Address: | | |Address: | |

|City/State/Zip: | | |City/State/Zip: | |

|Plant Manager: | | |Plant Manager: | |

|Phone: | | |Phone: | |

|Counties served from this | | |Counties served from this | |

|plant: | | |plant: | |

(Copy this page to provide more pages if necessary to your bid response.)

APPENDIX E PRICE WORKSHEETS

Bidders may submit a separate Appendix E for different groups of counties. However, a single county(ies) may be listed only once. If a county(ies) is/are listed more than once, it/they will not be considered for award.

1. Bidders are to identify below the Washington county(ies) for which prices listed below are being offered.

Adams

Asotin

Benton

Chelan

Clallam

Clark

Columbia

Cowlitz

Douglas

Ferry

Franklin

Garfield

Grant

Grays Harbor

Island

Jefferson

King

Kitsap

Kittitas

Klickitat

Lewis

Lincoln

Mason

Okanogan

Pacific

Pend Oreille

Pierce

San Juan

Skagit

Skamania

Snohomish

Spokane

Stevens

Thurston

Wahkiakum

Walla Walla

Whatcom

Whitman

Yakima

2. Bidder shall list below their bid margin prices to be added to the applicable weekly benchmark price for propane gas delivered into customer owned or rented storage tanks. Customer’s estimated annual volume shall determine bid margin pricing bracket for all gallons delivered to the location.

Annual Volume

Pricing Bracket Bid Margin

< 1,000 gallons $________/gallon

1,000 – 1,999 gallons $________/gallon

2,000 – 4,999 gallons $________/gallon

5,000 – 9,999 gallons $________/gallon

10,000 – 24,999 gallons $________/gallon

25,000 and over gallons $________/gallon

Transport -volumes: $________/gallon

(Note: Transport volumes are estimated at 9,000 or more gallons per delivery.)

3. Propane tank annual rental charges, and tank delivery and set-up charges are as listed below. (Note: Payments for tank delivery and set-up are due following performance and acceptance and payments for tank rental are due at the end of the year and not at the beginning of the rental period.)

Tank Size Annual Rental Tank Delivery and Set-up Charge

Less than 49 gallons $___________ $___________

50 to 124 gallons $___________ $___________

125 to 175 gallons $___________ $___________

176 to 375 gallons $___________ $___________

376 to 575 gallons $___________ $___________

576 to 1000 gallons $___________ $___________

Over 1000 gallons $___________ $___________

Propane Pumps $___________

4. Optional Products and Services

Percentage discount off posted price list for parts and supplies:

Bidder offers the following discount off its current customer list prices for parts and supplies: $_____% discount.

All propane gas, supplies, equipment and services supplied through this contract shall comply with applicable industry and government standards and specifications. (Although the Contractor’s customer posted price list may change during the term of this contract, the established contract discount shall also remain unchanged. Upon request, a copy of the Contractor’s customer posted price list for products and services shall be made available to the purchaser at no charge.)

On-Site Labor Rate:

Bidder offers the following Labor Rate for on-site service: $________/hour

APPENDIX F CUSTOMER LOCATIONS AND REQUIREMENTS

Counties are listed alphabetically and customer and delivery locations are listed randomly within the county.

CUSTOMER REQUIREMENTS

| |CUSTOMER & DELIVERY LOCATION |TANK SIZE(S) |TANK OWNERSHIP |EST. ANNUAL USAGE (GALS.) |

|ADAMS COUNTY |

|1 |Fish & Wildlife |550 |Contractor |1,000 |

| |Royal Star Rte | | | |

| |Othello WA 99334 | | | |

|2 |Parks & Recreation |200 |Contractor |300 |

| |Potholes State Park | | | |

| |670 O’Sullivan Rd | | | |

| |Othello WA 99344 | | | |

|3 |Transportation, Dept of |1,000 |Contractor |9,000 |

| |Washtucna Junction SR 26 and 261 Northside | | | |

|4 |Transportation, Dept of |250 |Purchaser |250 |

| |Othello WA 99344 | | | |

|5 |WSU – Royal Slope |500 |Contractor |150 |

| |Research Farm | | | |

| |Othello WA 99344 | | | |

|ASOTIN COUNTY |

|1 |Washington Dept of Fish & Wildlife |350 |Contractor |150 |

| |Cottonwood Acclimation Pond | | | |

| |HCR Route 10 | | | |

| |Anatone WA 99401 | | | |

|2 |Natural Resources, Dept of |1,000 |Contractor |850 |

| |Big Butte Lookout | | | |

|3 |Parks & Recreation |1,000 |Purchaser |1,500 |

| |Fields Spring State Park | | | |

| |Po Box 37 | | | |

| |Anatone WA 99401 | | | |

|BENTON COUNTY |

|1 |Parks & Recreation |500 |Contractor |1,000 |

| |Crow Butte State Park | | | |

| |Po Box 277 | | | |

| |Paterson WA 99345 | | | |

|2 |Transportation, Dept of |2 ea 100, |Contractor |1,300 |

| |Prosser Mtce Site |500 | | |

| |2385 Sales Yard Rd | | | |

| |Prosser WA 99350 | | | |

|3 |WSU Research Center |3 ea 287, |Contractor |1,300 |

| |Rt. 2 Box 2953a |278 | | |

| |Prosser WA 99530 | | | |

|CHELAN COUNTY |

|1 |Parks & Recreation |500 |Contractor |1,800 |

| |25 Mile Creek State Park | | | |

| |20530 S Lakeshore Rd | | | |

| |Chelan WA 98816 | | | |

|2 |Parks & Recreation |120 |Purchaser |100 |

| |25 Mile Creek State Park | | | |

| |(Residence) 791 Hale Rd | | | |

| |Chelan WA 98816 | | | |

|3 |Parks & Recreation |2 ea 500 |Contractor |1,500 |

| |Lake Chelan State Park | | | |

| |7544 S Lakeshore Dr | | | |

| |Chelan WA 99116 | | | |

|4 |Transportation, Dept of |2 ea 500 |Purchaser |800 |

| |Blewett Pass | | | |

| |Iron Creek | | | |

|5 |Transportation, Dept of |1,000 |Purchaser |200 |

| |Stevens Pass | | | |

| |8 Miles East of Summit | | | |

|6 |Transportation, Dept of |3,000 |Purchaser |500 |

| |Wenatchee WA | | | |

|7 |Natural Resources, Dept of |500 |Contractor |300 |

| |Chelan Butte | | | |

|8 |Natural Resources, Dept of |500 |Contractor |300 |

| |Wenatchee Peak Station 8225 | | | |

|CLALLAM COUNTY |

|1 |Clallam County Public Works (Road dept.) |500 |Contractor |3,300 |

| |1453 W. Washington | | | |

| |Sequim WA 98382 | | | |

|2 |Corrections, Dept of |6 ea 500 |Contractor |120,000 |

| |Olympic Correction Center |12 ea 1,000 | | |

| |11235 Hoh Mainline | | | |

| |Forks WA 98331 | | | |

|3 |Fish & Wildlife |1,000 |Contractor |2,000 |

| |Dungeness Hatchery | | | |

| |1261 Fish Hatchery Rd | | | |

| |Sequim WA 98382 | | | |

|4 |Fish & Wildlife |1,000 |Contractor |2,000 |

| |Dungeness Hatchery | | | |

| |1261 Fish Hatchery Rd | | | |

| |Sequim WA 98382 | | | |

|5 |Fish & Wildlife |1,000 |Contractor |5,000 |

| |Soleduck Salmon Hatchery | | | |

| |1435 Pavel Road | | | |

| |Beaver WA 98305 | | | |

|6 |Natural Resources, Dept of |2 ea 1,000 |Purchaser |2,000 |

| |411 Tillicum Ln | | | |

| |Forks WA 98311 | | | |

|7 |Olympic Care & Rehab Center |2 ea 1,000 |Contractor |45,000 |

| |1000 South Fifth Ave | | | |

| |Sequim WA | | | |

|8 |Olympic Memorial Hospital |4,000 |Contractor |97,000 |

| |939 Caroline Street | | | |

| |Port Angeles WA 98362 | | | |

|9 |Parks & Recreation |2 ea 125 |Contractor |400 |

| |Bogachiel State Park | | | |

| |185983 hwy 101 | | | |

| |Forks WA 98331 | | | |

|10 |Parks & Recreation |250 |Purchaser |500 |

| |E.L.C. Ramblewood (Sequim Bay) | | | |

| |1872 Hwy 101e | | | |

| |Sequim WA 98382 | | | |

|11 |Peninsula College | | |4,200 |

| |1502 E Lauridsen Blvd | | |(See below) |

| |Port Angeles WA 98362 | | | |

| |chem lab |125 |Contractor | |

| |West gym |250 |Contractor | |

| |North gym |250 |Contractor | |

| |Art |500 |Contractor | |

| |Science & Technology |2 ea 1,000 | | |

|12 |Port Angeles School District |2 ea 1,000 |Contractor |4,500 |

| |Dry Creek Elem School | | | |

| |25 Rife Rd | | | |

| |Port Angeles WA 98363 | | | |

|13 |Port Angeles School District |119 |Contractor |6,000 |

| |Port Angeles High School |2 ea 500 | | |

| |304 E Park Ave |2 ea 1,000 | | |

| |Port Angeles WA 98362 | | | |

|14 |Transportation, Dept of |1000 |Contractor |2,000 |

| |North Point Radio Tower | | | |

| |West Snyder Rd | | | |

|15 |Transportation, Dept of |100 |Purchaser |100 |

| |Forks WA | | | |

|16 |Transportation, Dept of |250 |Contractor |200 |

| |1707 S. C St. |120 | | |

| |Port Angeles WA 98363 | | | |

|17 |Transportation, Dept of |100 |Purchaser |100 |

| |Sequim WA | | | |

|CLARK COUNTY |

|1 |Clark Public Utilities |500 |Contractor |400 |

| |Summer Hills Site | | | |

| |24115 NE 132 Circle | | | |

| |Brush Prairie WA 98606 | | | |

|2 |Clark Public Utilities |500 |Contractor |1,500 |

| |Operation Center | | | |

| |8600 NE 117th Ave | | | |

| |Vancouver WA 98662 | | | |

|3 |Clark Public Utilities |500 |Purchaser |150 |

| |Propane Dispenser | | | |

| |8600 NE 117th Ave | | | |

| |Vancouver WA 98662 | | | |

|4 |Evergreen School District No. 114 |2,500 |Purchaser |7,500 |

| |Transportation Department | | | |

| |13909 NE 28th Street | | | |

| |Vancouver, WA 98682 | | | |

|5 |Evergreen School District No. 114 |250 |Purchaser |3,090 |

| |Heritage High School Greenhouse | | | |

| |7825 NE 130 Avenue | | | |

| |Vancouver WA 98682 | | | |

|6 |Fish & Wildlife |1,000 |Contractor |10,000 |

| |Washougal Hatchery | | | |

| |15632 Washougal River Road | | | |

| |Washougal WA 98671 | | | |

|7 |Natural Resources, Dept of |625 |Contractor |1,500 |

| |Larch Corrections Center | | | |

| |15314 NE Dole Valley Road | | | |

| |Yacolt WA 98675-9531 | | | |

|8 |Parks & Recreation |3 ea 250 |Contractor |1,000 |

| |Battle Ground Lake St Park |150 | | |

| |18002 NE 249th | | | |

| |Battleground WA 98604 | | | |

|9 |Parks & Recreation |2 ea 250 |Contractor |1,000 |

| |Paradise Point State Park | | | |

| |NW Paradise Rd | | | |

| |33914 NW Paradise Park Rd | | | |

| |Ridgefield WA 98642-9718 | | | |

|10 |Transportation, Dept of |1,000 |Contractor |2,500 |

| |Fargher Lake Maint. Facility | | | |

| |Sr 503, Mp 15.83, West Side | | | |

| |36520 NE Lewisville Hwy | | | |

| |La Center WA 98629 | | | |

|11 |Transportation, Dept of |2 ea 100 |Purchaser |100 |

| |Vancouver Radio Room Generator | | | |

| |4200 Main St, Bldg 2 | | | |

| |Vancouver WA 98663 | | | |

|COLUMBIA COUNTY |

|1 |Fish & Wildlife |120 |Purchaser |220 |

| |Dayton Pond | | | |

| |401 South Cottonwood Street | | | |

| |Dayton WA 99328 | | | |

|2 |Natural Resources, Dept of |50 |Contractor |150 |

| |Dayton Acclimation Pond | | | |

| |401 South Cottonwood | | | |

| |Dayton WA 99328 | | | |

|3 |Natural Resources, Dept of |500 |Contractor |250 |

| |Section 36 Township 10 North | | | |

| |Range 39E, | | | |

| |6 Miles SE of Dayton WA 99328 | | | |

|4 |Parks & Recreation |2 ea 20 |Purchaser |20 |

| |Lewis & Clark Trail | | | |

| |Rt 1 Box 90 | | | |

| |Dayton WA 99328 | | | |

|5 |Parks & Recreation |3 ea 500 |Purchaser |6,000 |

| |Camp Wooten ELC |3 ea 1,000 |Contractor | |

| |2711 Tucannon Rd | | | |

| |Dayton WA 99347 | | | |

|6 |Transportation, Dept of |175 |Purchaser |4,300 |

| |Dayton Maintenance Site |1,000 | | |

| |Dayton WA 99328 | | | |

|COWLITZ COUNTY |

|1 |Cowlitz County Kalama Rd Shop |5000 |Purchaser |3,000 |

| |1736 S Cloverdale Road | | | |

| |Kalama WA 98625 | | | |

|2 |Fish & Wildlife |500 |Purchaser |1,000 |

| |Kalama Enforcement Office | | | |

| |1404 Kalama River Road | | | |

| |Kalama WA 98625 | | | |

|3 |Fish & Wildlife |1,500 |Contractor |10,000 |

| |Kalama Falls Hatchery | | | |

| |Box 3900kalama River Road | | | |

| |Kalama WA 98625 | | | |

|4 |Fish & Wildlife |500 |Contractor |1,200 |

| |North Toutle Hatchery |100 | | |

| |1500 Cooks Rd | | | |

| |Toutle WA 98649 | | | |

|5 |Natural Resources, Dept of |1,000 |Contractor |500 |

| |Abernathy Radio Site | | | |

| |NE Qtr of NW Qtr. Sect 19 | | | |

| |Township 10-N Range 3W | | | |

| |End of 9300 Road | | | |

| |15 Miles From Castle Rock WA | | | |

|6 |Parks & Recreation |250 |Contractor |1,000 |

| |Seaquest State Park | | | |

| |3030 Spirit Lake Hwy | | | |

| |Castle Rock WA 98611 | | | |

|7 |Transportation, Dept of |3 ea 1,000 |Contractor |6,000 |

| |Mount St Helens Facility | | | |

| |11201 Sediment Dam Rd | | | |

| |SR 04 Mp 20.92 | | | |

| |St Helens WA | | | |

|8 |Transportation, Dept of |1,000 |Purchaser |1,000 |

| |Forest Learning Center | | | |

| |17000 spirit Lake Memorial Hwy | | | |

| |Toutle WA 98649 | | | |

|9 |Transportation, Dept of |2 ea 125 |Purchaser |100 |

| |Cow Creek Loader Shed | | | |

| |16000 Spirit Lake Hwy | | | |

| |SR 504, Mp 29, South side | | | |

| |Toutle WA | | | |

|DOUGLAS COUNTY |

|1 |Transportation, Dept of |500 |Contractor |200 |

| |Maintenance Facility | | | |

| |Waterville WA | | | |

|FERRY COUNTY |

|1 |Transportation, Dept of |1,000 |Contractor |400 |

| |Bisbee Mt Radio Site | | | |

| |SR 395 Mp. 244.5 Left on Nancy Creek rtrroad. 11.5 | | | |

| |Miles | | | |

|2 |Transportation, Dept of |500 |Contractor |150 |

| |Klondike Mtn Radio Site | | | |

| |¼ Mile North of Republic on County Road | | | |

|3 |Transportation, Dept of |2 ea 500 above |Contractor |800 |

| |Sherman Pass RWIS site |ground | | |

| |Star Route 20, MP 319.4. .2 miles on Forest Trail | | | |

| |head/BPA powerline access Road | | | |

|FRANKLIN COUNTY |

|1 |Corrections, Dept of |1 ea 100 |Contractor |800 |

| |Coyote Ridge Corrections Center | | | |

| |1301 N. Ephrata Street | | | |

| |Connell WA 99326 | | | |

|2 |Transportation, Dept of |2 ea 150 |Contractor |200 |

| |1816 N 4th Ave |500 | | |

| |Pasco WA 99301 | | | |

|GARFIELD COUNTY |

|1 |Garfield County Road Dept |120 |Contractor |2,000 |

| |19th And Arlington Streets |500 | | |

| |Pomeroy WA 99347 |1,000 | | |

|2 |Transportation Dept of |1000 |Contractor |150 |

| |Pomeroy Maintenance Site | | | |

| |Pomeroy WA 99347 | | | |

|GRANT COUNTY |

|1 |Parks & Recreation |2 ea 500 |Contractor |1,700 |

| |Sun Lakes State Park | | | |

| |34875 Park Lake Road NE | | | |

| |Coulee City, WA 99115 | | | |

|2 |Big Bend Community College | | |85,310 |

| |Moses Lake WA 98837 | | |(See below) |

| |Big Bend Community College |500 |Purchaser |50 |

| |Bldg 4100 (Art) | | | |

| |Big Bend Community College |150 |Contractor |60 |

| |Bldg 1200 (Science) | | | |

| |Big Bend Community College |2 ea 1,000 |Contractor |20,500 |

| |Bldg 3100 (A & P Hanger) | | | |

| |Big Bend Community College |2 ea 1,000 |Contractor |28,000 |

| |Bldg 3300 (Mech. Tech.) | | | |

| |Big Bend Community College |500 |Contractor |10,000 |

| |Bldg 3400 (Welding) | | | |

| |Big Bend Community College |150 |Contractor |1,300 |

| |Bldg 3500 (MMT) | | | |

| |Big Bend Community College |3 ea 1000 |Contractor |25,000 |

| |Building 1800 (ATEC) | | | |

| |Big Bend Community College |500 |Contractor |400 |

| |Building 1900 (Fine Arts) | | | |

|3 |Military Dept |155 |Contractor |1,200 |

| |National Guard Amory | | | |

| |224 A St Se | | | |

| |Ephrata WA 98823 | | | |

|4 |Transportation, Dept of |500 |Contractor |500 |

| |Electric City WA | | | |

|5 |Transportation, Dept of |2 ea. 500 |Contractor |3,000 |

| |Ephrata WA | | | |

|GRAYS COUNTY |

|1 |Fish & Wildlife |500 |Contractor |1,800 |

| |Mayr Bros Fish Hatchery | | | |

| |5597 Wishkah Rd | | | |

| |Aberdeen WA 98520 | | | |

|2 |Fish & Wildlife |500 |Contractor |4,000 |

| |Humptulips Hatchery | | | |

| |PO Box 129 | | | |

| |Humptulips WA 98552 | | | |

|3 |Grays Harbor College | | |11,000 |

| |Aberdeen WA 98520: | | |(See below) |

| |800 Bldg (Lab) |115 |Purchaser |100 |

| |Bldg 800 Chemistry Lab |115 |Purchaser |100 |

| |Heavy Equipment Shop |575 |Purchaser |3,000 |

| |Vocational Building1 |1,000 |Purchaser |1,000 |

| |Vocational Building2 |1,000 |Purchaser |1,000 |

| |Vocational Building3 |1,000 |Purchaser |1,000 |

| |Fireplace |500 |Purchaser |1,000 |

| |Food Service Center |500 |Purchaser |1,400 |

| |Gymnasium (Dryer) |250 |Contractor |1,000 |

| |Gymnasium (Hot Water) |500 |Contractor |1,400 |

|4 |Grays Harbor Port of |400 |Contractor |1,500 |

| |T4-A Transit Shed | | | |

| |Terminal Four | | | |

| |Aberdeen WA | | | |

|5 |Grays Harbor Port of |400 |Contractor |1,500 |

| |Warehouse F | | | |

| |2900 Ingram St | | | |

| |Hoquiam WA | | | |

|6 |Military Dept |1,000 |Contractor |5,000 |

| |Montesano Armory | | | |

| |298 Clemons Rd | | | |

| |Montesano WA 98563-9611 | | | |

|7 |Natural Resources, Dept of |1,150 |Purchaser |400 |

| |Rt 1 Box 201 | | | |

| |Amanda Park WA 98526 | | | |

|8 |Parks & Recreation |250 |Contractor |500 |

| |Griffith Priday State Park | | | |

| |320 Benner Gap Rd | | | |

| |Copalis Beach WA 98535 | | | |

|9 |Parks & Recreation |250 |Contractor |1,000 |

| |Ocean City State Park | | | |

| |1.5 Mile North of Ocean Shores | | | |

| |148 State Route 115 | | | |

| |Hoquiam WA 98550 | | | |

|10 |Parks & Recreation |Unknown |Contractor |Unknown |

| |Pacific Beach State Park | | | |

| |Hoquim WA 98550 | | | |

|11 |Parks & Recreation |2 ea 250, |Contractor |1,500 |

| |Lake Sylvia State Park |120 | | |

| |1 Mile North of Montesano | | | |

| |PO Box 701 | | | |

| |Montesano WA 98563-0701 | | | |

|12 |Parks & Recreation |6 ea 250 |Contractor |1,000 |

| |Twin Harbors State Park | | | |

| |3 Mi. S. Of Westport Hwy105 | | | |

| |Westport WA 98595-9714 | | | |

|13 |Parks & Recreation |250 |Contractor |Unknown |

| |Westhaven St Park | | | |

| |Jetty Haul Road | | | |

| |Westport WA 98595 | | | |

|14 |Parks & Recreation |100 |Unknown |Unknown |

| |Westport Light State Park | | | |

| |1029 Ocean Ave | | | |

| |Westport WA 98595 | | | |

|15 |Tacoma Public Utilities |1,000 |Contractor |2,000 |

| |Wynoochee Hydro Project Site | | | |

| |5120 Wynoochee Valley Road | | | |

| |Montesano WA 98563 | | | |

|16 |Transportation, Dept of |2 ea 500 |Contractor |3,000 |

| |4801 Olympic Hwy | | | |

| |Aberdeen WA | | | |

|17 |Transportation, Dept of |120 |Contractor |120 |

| |Aberdeen Project Engineer | | | |

| |Central Park UPPER | | | |

| |Aberdeen  WA | | | |

|18 |Transportation, Dept of |1,000 |Contractor |1,000 |

| |Central Park Lowert Shed | | | |

| |Central Park WA | | | |

|19 |Transportation, Dept of |500 |Contractor |2,000 |

| |TEF Radio Site & other sites | | | |

| |Quinalt Ridge Rd, off Hwy 101 | | | |

| |Neilton WA | | | |

|20 |Transportation, Dept of |250 |Contractor |750 |

| |TEF Radio Site: Beason Hill | | | |

| |Hoquiam, WA | | | |

|21 |Transportation, Dept of |500 |Contractor |1,300 |

| |Mp 128.2 hwy 101 | | | |

| |Amanda Park, WA 98526 | | | |

|ISLAND COUNTY |

|1 |Island County Housing Authority |250 |Purchaser |2,000 |

| |150 4th Street | | | |

| |Langly WA | | | |

|2 |Parks & Recreation |1,000, |Contractor |2,400 |

| |Deception Pass State Park |2 ea 500 | | |

| |41229 SR 20 | | | |

| |Oak Harbor WA 98277 | | | |

|3 |Parks & Recreation |288 |Contractor |300 |

| |Heart Lake/Deception Pass | | | |

| |5175 N Hwy 20 | | | |

| |Oak Harbor WA 98277 | | | |

|4 |Parks & Recreation |250 |Contractor |750 |

| |Marine Crew Yard | | | |

| |5026 N. Cornet Bay Road | | | |

| |Oak Harbor WA 98277 | | | |

|JEFFERSON COUNTY |

|1 |Natural Resources, Dept of |500 |Purchaser |400 |

| |11235 Hoh Main Line | | | |

| |Forks WA 98311 | | | |

|2 |Jefferson General Hospital |2 ea 500 |Contractor |9,000 |

| |834 Sheridan | | | |

| |Pt Townsend WA 98368 | | | |

|3 |Jefferson Transit |1,000, |Contractor |4,000 |

| |Sims Way Facility |1,400 | | |

| |Port Townsend WA | | | |

|4 |Licensing, Dept of |250 |Contractor |675 |

| |330 Sherman St | | | |

| |Pt Townsend WA 98368 | | | |

|5 |Parks & Recreation |2 ea 250 |Contractor |1,500 |

| |Dosewallips State Park | | | |

| |1 Mile South of Brinnon Hwy 101 | | | |

| |PO Drawer K | | | |

| |Brinnon WA 98320 | | | |

|6 |Parks & Recreation |2 ea 1,000, |Contractor |13,500 |

| |Ft Flagler State Park |2 ea 500, | | |

| |Retreat Center |3 ea 500 | | |

| |Nordland WA 98358 | | | |

|7 |Parks & Recreation |150 |Contractor |150 |

| |Ft Worden Youth Camp | | | |

| |Port Townsend WA 98368 | | | |

|8 |Parks & Recreation |150, |Contractor |500 |

| |Ft Worden State Park |170, | | |

| |Pt Townsend WA 98368 |500 | | |

|8 |Port Townsend, Port of |1,000 |Contractor |4,000 |

| |Port Townsend Boat Haven | | | |

| |2601 Washington St | | | |

| |Port Townsend WA 98363 | | | |

|10 |Transportation, Dept of |100 |Purchaser |100 |

| |Port Townsend WA | | | |

|KING COUNTY |

|1 |Fish & Wildlife |500 |Purchaser |1,200 |

| |Auburn Shop | | | |

| |3107 R Place SE | | | |

| |Auburn WA 98002 | | | |

|2 |Fish & Wildlife |3 ea 100 |Contractor |600 |

| |Soos Creek Hatchery | | | |

| |13030 Black Diamond Rd | | | |

| |Auburn WA 98092 | | | |

|3 |Fish & Wildlife |125 |Contractor |600 |

| |Issaquah Hatchery | | | |

| |125 West Sunset Way | | | |

| |Issaquah WA 98027-3803 | | | |

|4 |General Administration. Dept of |500 |Contractor |1,500 |

| |Property Redistribution Office | | | |

| |GSA Center Whse 5c St SW | | | |

| |Auburn WA 98002 | | | |

|5 |Kent, City of |1,000 |Purchaser |500 |

| |Clark Springs Pump Station | | | |

| |24875 Kent Kangley | | | |

| |Kent WA 98032 | | | |

|6 |Kent, City of |250 |Purchaser |300 |

| |Control Generator | | | |

| |5821 S 240th St | | | |

| |Kent WA 98032 | | | |

|7 |Kent, City of |500 |Purchaser |750 |

| |Horseshoe Acres Pump Station | | | |

| |1236 S Central | | | |

| |Kent WA 98032 | | | |

|8 |Kent, City of |1,000 |Purchaser |500 |

| |Kent Springs Pump Station | | | |

| |28600 216th Ave SE | | | |

| |Kent WA 98032 | | | |

|9 |Kent, City of |1,000 |Contractor |5,000 |

| |Public Works Maintenance | | | |

| |5821 S 240th St | | | |

| |Kent WA 98032 | | | |

|10 |Kent, City of |100 |Purchaser |100 |

| |Seven Oaks Pump Station | | | |

| |11730 SE Kent Kangley | | | |

| |Kent WA 98032 | | | |

|11 |Kent, City of |60 |Purchaser |100 |

| |Skyline Pump Station | | | |

| |3301 S 222nd Pl | | | |

| |Kent WA 98032 | | | |

|12 |Kent, City of |250 |Purchaser |230 |

| |Soos Creek Pump Station | | | |

| |11808 Se 265th Pl | | | |

| |Kent WA 98032 | | | |

|13 |Kent, City of |100 |Purchaser |100 |

| |Victoria Ridge Pump Station | | | |

| |4815 S 272nd Pl | | | |

| |Kent WA 98032 | | | |

|14 |King County Management Facility |2 ea 2,000 |Purchaser |20,000 |

| |Cedar Hills Facility | | | |

| |15900 229th Ave SE | | | |

| |Maple Valley WA 98038 | | | |

|15 |King County Parks & Rec |1,000 |Contractor |6,735 |

| |Gracie Hanse Bldg | | | |

| |272 Ave & Kent Kangley | | | |

| |Ravensdale WA | | | |

|16 |King County Parks & Rec |2 ea 500 |Contractor |1,530 |

| |Greenhouse | | | |

| |15900 227th Ave SE | | | |

| |Maple Valley WA | | | |

|17 |King County Solid Waste, Landfill |30 |Contractor |30 |

| |1650 Battersby Ave E | | | |

| |Enumclaw WA | | | |

|18 |King County Solid Waste, Landfill |120 |Contractor |100 |

| |24041 276th Ave SE | | | |

| |Hobart WA | | | |

|19 |King County Solid Waste, Landfill | | |2,270 |

| |16645 228th Ave SE | | |(See below) |

| |Shop |1,150 |Contractor |1,150 |

| |North Flare Station |150 |Contractor |100 |

| |SE Flare Pit |75 |Contractor |150 |

| |Crew Shack |120 |Contractor |120 |

| |Truck Wash |1,000 |Contractor |750 |

|20 |Military Dept |2 ea 1000 |Contractor |2,000 |

| |17230 NE 95th St | | | |

| |Redmond WA 98052-3226 | | | |

|21 |Natural Resources, Dept. of |500 |Contractor |500 |

| |2nd Ballart Ave N | | | |

| |North Bend WA 98045 | | | |

|22 |Natural Resources, Dept. of |500 |Contractor |1,500 |

| |2510 State Route 7 | | | |

| |Mineral WA 98355-9712 | | | |

|23 |Parks & Recreation | | |1,600 |

| |23700 SE Flaming Geyser Rd | | |(See below) |

| |Auburn WA 98002 | | | |

| |Parks & Recreation |500 |Contractor |900 |

| |Flaming Geyser Lodge Bldg | | | |

| |Parks & Recreation |500 |Contractor |700 |

| |Nolte State Park | | | |

|24 |Parks & Recreation |2 ea 500 |Contractor |400 |

| |Federation Forest State Park | | | |

| |49201 Hwy 410 SR | | | |

| |Enumclaw WA 98022 | | | |

|25 |Parks & Recreation |350, |Contractor |1,600 |

| |Dash Point State Park |500 | | |

| |5700 SW Dash Point Rd | | | |

| |Federal Way, WA | | | |

| |253-661-4955 | | | |

|26 |Parks & Recreation |4 ea 120, |Contractor |1,000 |

| |Saltwater State Park |2 ea 120, | | |

| |25205 8th Pl S |350 | | |

| |Des Moines, WA | | | |

| |253-661-4956 | | | |

|27 |South Seattle Community College |500 |Contractor |3,000 |

| |6000 16th Ave SW |100, |Purchaser | |

| |Seattle WA 98106 |1,000 |Contractor | |

|28 |Transportation, Dept of |500 |Purchaser |1,000 |

| |Lake Geneva Section Facility | | | |

| |34400 37th Ave. S. | | | |

| |Auburn WA 98002 | | | |

|29 |Washington State Patrol |2 ea 1,000, |Purchaser |20,000 |

| |Fire Training Center |3 ea 1,000, |Contractor | |

| |50818 SE Grouse Ridge Rd |500 |Contractor | |

| |North Bend WA 98945 | | | |

|30 |Transportation Dept of |1,000 |Purchaser |2,000 |

| |Camp Mason Maintenance Site | | | |

| |1st exit 42 off I-90, go S, cross river, shop on | | | |

| |right. | | | |

|31 |Transportation, Dept. of |500 |Contractor |1,000 |

| |6431 Corson Ave. South | | | |

| |Seattle, WA 98108 | | | |

|32 |Transportation, Dept. of |1000 |Purchaser |600 |

| |Cougar Mountain | | | |

| |18201 S.E. Cougar Mt. Drive | | | |

| |Bellevue, WA | | | |

|33 |Transportation, Dept. of |500 |Purchaser |600 |

| |Tiger Mt. | | | |

| |Tiger Mt. Pass Summit | | | |

|KITSAP COUNTY |

|1 |Transportation, Dept. of |2 ea 1,000 |Purchaser |10,000 |

| |Eagle Harbor Repair Facility | | | |

| |Bainbridge Island, WA | | | |

|2 |Transportation, Dept of |1 ea 1,000 |Purchaser |7,000 |

| |Bainbridge Island Ferry Terminal | | | |

| |Bainbridge Island, WA | | | |

|3 |Bainbridge Island School District |30,000 |Contractor |223,000 |

| |Bainbridge Island High School | | | |

| |9330 NE High School Road | | | |

| |Bainbridge Island WA 98110 | | | |

|4 |Bainbridge Island School District |4 ea 1,100 |Contractor |25,000 |

| |Blakely Elementary | | | |

| |4704 Blakely Avenue | | | |

| |Bainbridge Island WA 98110 | | | |

|5 |Bainbridge Island School District |4 ea 1,100 |Contractor |40,000 |

| |Sakai Intermediate School | | | |

| |9343 Sportsman Club Rd NE | | | |

| |Bainbridge Island WA 98110 | | | |

|6 |Bainbridge Island School District |1,100 |Contractor |16,000 |

| |Wilkes Elementary School |1,000 | | |

| |12781 Madison Ave N | | | |

| |Bainbridge Island WA 98110 | | | |

|7 |Bainbridge Island School District |125 |Contractor |25 |

| |Woodward Middle School | | | |

| |9125 Sportsman Club Road | | | |

| |Bainbridge Island WA 98110 | | | |

|8 |Kingston Junior High |500 |Contractor |2,000 |

| |9000 NE West Kingston Rd | | | |

| |Kingston WA 98346 | | | |

|9 |Kitsap High School, North |287, 499 |Contractor |5,500 |

| |1780 NE Hostmark St |575, 1,000 | | |

| |Poulsbo WA 98370 | | | |

|10 |Kitsap School Dist., North |1,150 |Contractor |3,000 |

| |18360 Caldart Ave NE | | | |

| |Poulsbo WA 98370 | | | |

|11 |Olympic College |1,000 |Contractor |4,200 |

| |1211 Carver Street | | | |

| |Bremerton, WA 98312 | | | |

|12 |Parks & Recreation |500, |Contractor |3,000 |

| |Kitsap Memorial State Park |1000 | | |

| |262 NE Park Street | | | |

| |Poulsbo WA 98370 | | | |

|13 |Parks & Recreation |240 |Contractor |500 |

| |Manchester State Park | | | |

| |7767 Hilldale Road | | | |

| |Manchester WA 98353-0338 | | | |

|14 |Poulsbo, City of |500 |Contractor |3,000 |

| |Parks & Recreation Dept. | | | |

| |19540 First Ave. | | | |

| |Poulsbo WA 98370 | | | |

|15 |Poulsbo Junior High |500 |Contractor |2,000 |

| |2003 Northeast Hostmark St | | | |

| |Poulsbo WA 98370 | | | |

|16 |IslandWood |5/1000 |Contractor |39,000 |

| |4450 Blakely Ave. NE | | | |

| |Bainbridge Island, WA 98110 | | | |

|17 |IslandWood |2 ea.1000, |Contractor |6,100 |

| |4874 Blakely Ave. NE |500 |Contractor | |

| |Bainbridge Island, WA 98110 | | | |

|18 |IslandWood |500 |Contractor |1,200 |

| |4393 Old Mill Road | | | |

| |Bainbridge Island, WA 98110 | | | |

|KITTITAS COUNTY |

|1 |Central Washington University |600 |Purchaser |500 |

| |Ellensburg WA 98926 | | | |

|2 |Fish & Wildlife |120 |Purchaser |400 |

| |5981 Vantage Hwy Suite 100 | | | |

| |Ellensburg WA 98926 | | | |

|3 |Fish & Wildlife |2 ea 1,000 |Contractor |2,000 |

| |Klickitat Hatchery | | | |

| |301 Fish Hatchery Road | | | |

| |Glennwood WA 98619-9102 | | | |

|4 |Fish & Wildlife |2 ea 1,000 |Purchaser |1,000 |

| |Goldendale Fish Hatchery | | | |

| |130 Hatchery Lane | | | |

| |Goldendale WA 98620 | | | |

|5 |Natural Resources, Dept of |1,000 |Purchaser |900 |

| |Peoh Point Lookout | | | |

| |8 Mile of dirt road from CE | | | |

| |Cle Elum WA 98922 | | | |

| |*Leasee pays | | | |

|6 |Natural Resources, Dept of |1,000 & 115 |Contractor |3,500 |

| |Rt 2 Box 14 | | | |

| |NE of Cle Elum Airport | | | |

| |Cle Elum WA 98922 | | | |

|7 |Natural Resources, Dept of |300 |Purchaser |650 |

| |Whiskey Dick Repeater | | | |

| |Kittitas WA | | | |

|8 |Parks & Recreation |3 ea 500, |Contractor |9,500 |

| |Lake Easton State Park |1,000 | | |

| |Box 26 | | | |

| |Easton WA 98925 | | | |

|9 |Parks & Recreation |500 |Contractor |2,000 |

| |Hyak Lodge | | | |

| |370 Keechelus Boat Launch Road | | | |

| |Snoqualmie Pass, WA 98068 | | | |

|10 |Transportation, Dept of |1,000 |Purchaser |6,700 |

| |(Bullfrog & Easton) | | | |

| |Rte 4 Box 36a | | | |

| |Cle Elum WA 98922 | | | |

|11 |Transportation, Dept of |250 |Purchaser |200 |

| |West Cascade Way | | | |

| |Ellensburg WA 98926 | | | |

|12 |Transportation, Dept of |500 |Purchaser |700 |

| |Hyak Maintenance Site | | | |

| |Hyak WA 98026 | | | |

|KLICKITAT COUNTY |

|1 |Fish & Wildlife |2 ea 1,000 |Contractor |2,000 |

| |Klickitat Hatchery | | | |

| |(Yakima Nation) | | | |

| |301 Fish Hatchery Rd | | | |

| |Glennwood WA 98619-9102 | | | |

|2 |Fish & Wildlife |2 ea 1,000 |Purchaser |1,000 |

| |Goldendale Hatchery | | | |

| |130 Hatchery Lane | | | |

| |Goldendale WA 98620 | | | |

|3 |Parks & Recreation |250, & 500 |Contractor |2,000 |

| |Maryhill State Park | | | |

| |50 Highway 97 | | | |

| |Goldendale WA 98620 | | | |

|4 |Parks & Recreation |500 |Contractor |500 |

| |Columbia Hills State Park | | | |

| |Mile Post 85.14, SR 14 | | | |

| |Dallesport WA 98617 | | | |

|5 |Brooks Memorial State Park |500 |Contractor |300 |

| |ELC Lodge | | | |

| |2465 Hwy 97 | | | |

| |Goldendale WA 98620 | | | |

|6 |Transportation, Dept of |500 |Purchaser |300 |

| |Haystack Butte Radio Site | | | |

| |US 97 MP 6.83, South & West on Spring Street Rd, 2.4 | | | |

| |Miles, S on Dooley Road, 3.0 Miles SW thru gate on | | | |

| |Gravel Haul Rd. 3.0 Miles to radio site. | | | |

|LEWIS COUNTY |

|1 |Natural Resources, Dept. of |500 |Contractor |1,400 |

| |1405 Rush Rd | | | |

| |Chehalis WA 98532 | | | |

|2 |Natural Resources, Dept of |500 |Contractor |2,500 |

| |Cedar Creek Shop | | | |

| |12200 Bordeaux Rd | | | |

| |Little Rock WA | | | |

|3 |Parks & Recreation |2 ea 100 |Contractor |500 |

| |Rainbow Falls State Park | | | |

| |4008 State Hwy 6 | | | |

| |Chehalis WA 98532 | | | |

|4 |Parks & Recreation |3 ea 500 |Contractor |3,000 |

| |Ike Kinswa State Park | | | |

| |873 Harmony Rd | | | |

| |Silver Creek | | | |

| |Mossyrock, WA 98585-9706 | | | |

|5 |Parks & Recreation |1,000 & 125 |Purchaser |2,500 |

| |Lewis & Clark St Pk | | | |

| |4583 Jackson Hwy | | | |

| |Winlock WA985976 | | | |

|6 |Transportation, Dept of |3 ea 1,000 |Contractor |6,950 |

| |1411 Rush Road |2 ea 125 | | |

| |Chehalis WA 98532 | | | |

|7 |Transportation, Dept of |8 ea 1,000 |1 Purchaser |10,000 |

| |White Pass Maintenance Facility | |5 Contractor | |

| |SR 12, Mp 150.38, North Side | | | |

|8 |Transportation, Dept of |1,000 |Purchaser |400 |

| |Dog Mountain Radio Site | | | |

| |2.5 Miles S/Se of Glenoma | | | |

|9 |Transportation, Dept of |1,000 |Purchaser |1,000 |

| |Buckhorn Mt Radio Site | | | |

| |231 Buckhorn Mt. Road | | | |

| |Winlock WA | | | |

|LINCOLN COUNTY |

|1 |Fish & Wildlife |500 |Contractor |1,200 |

| |Swanson Lake Wildlife Area | | | |

| |19602 Seven Springs Rd | | | |

| |Creston WA 99117 | | | |

|2 |Transportation, Dept of |500 |Contractor |2,000 |

| |Odessa Loader Shed | | | |

| |Route 28, mp 92.6 north side | | | |

| |Odessa, WA 99159 | | | |

|3 |Transportation, Dept of |3 ea 1,000 |Contractor |8,000 |

| |Wilbur Maintenance Facility | | | |

| |SR 2 Mp 226 at Airport Rd | | | |

| |Wilbur WA 99185 | | | |

|4 |Transportation, Dept of |1,000 |Contractor |8,000 |

| |Sprague Maintenance Facility | | | |

| |Junction of I-90 & SR 23 Cemetary Rd | | | |

| |Sprague WA 99032 | | | |

|5 |Transportation, Dept of |1,000 |Contractor |500 |

| |Magnuson Butte Radio Base | | | |

| |SR 2 Mp. 265.7 7 Mi. | | | |

| |South SR2 On Waukon Rd. | | | |

|6 |Transportation, Dept of |500 |Contractor |250 |

| |Jones Bay Radio Site | | | |

| |SR 21 Mp 81 8 Mile E on county Rd | | | |

|MASON COUNTY |

|7 |Corrections, Dept of |156, |Purchaser |800 |

| |WA Corrections Center |1,000 |Contractor | |

| |2321 W Dayton Airport | | | |

| |PO Box 900 | | | |

| |Shelton WA 98584 | | | |

|8 |Corrections, Dept of |50 |Purchaser |100 |

| |WA Corrections Center | | | |

| |Power Plant |30,000 |Purchaser |2,500 |

| |Shelton WA 98584 | | | |

|9 |Corrections, Dept of |3 ea 1,000 |Contractor |12,000 |

| |Mission Creek Corrections Center | | | |

| |3240 NE Sand Hill Rd | | | |

| |Belfair WA 98528 | | | |

|10 |Fish & Wildlife |1,000 |Contractor |7,000 |

| |Bingham Creek Hatchery | | | |

| |W. 3914 Fish Hatchery Rd | | | |

| |Elma WA 98541 | | | |

|11 |Fish & Wildlife |1,000 |Contractor |7,000 |

| |Hood Canal Hatchery | | | |

| |PO Box 606 | | | |

| |Hoodsport WA 98548 | | | |

|12 |Fish & Wildlife |1,000 |Contractor |4,000 |

| |Shelton Trout Hatchery | | | |

| |W 7570 Eells Hill Rd | | | |

| |Shelton WA 98584 | | | |

|13 |Mason County PUD 3 |120 |Contractor |750 |

| |116 East “K” St | | | |

| |Shelton WA 98584 | | | |

|14 |Mason County Public Works |575, |Purchaser |2,000 |

| |3620 E Johns Prairie Rd |275 |Contractor | |

| |Shelton WA 98584 | | | |

|15 |Mason County Public Works |275 |Purchaser |1,000 |

| |NE Beck Road | | | |

| |Belfair WA 98370 | | | |

|16 |Parks & Recreation |1,000 |Contractor |6,000 |

| |Belfair State Park | | | |

| |NE 410 Beck Rd | | | |

| |Belfair WA 98528 | | | |

|17 |Parks & Recreation |250 |Contractor |2,000 |

| |Jarrell Cove State Park | | | |

| |E 391 Wingert Rd | | | |

| |Shelton WA 98584 | | | |

|18 |Parks & Recreation |2 ea 500 |Contractor |750 |

| |Twanoh State Park | | | |

| |E 12190 Highway 106 | | | |

| |Union WA 98592 | | | |

|OKANOGAN COUNTY |

|1 |Fish & Wildlife |250 |Purchaser |500 |

| |Scotch Creek Wildlife Area | | | |

| |1514 Conconully Hwy | | | |

| |Okanogan WA 98840 | | | |

|2 |Natural Resources, Dept of |500 |Purchaser |100 |

| |Aeneas Lookout | | | |

| |10 Miles S of Highlands Camp | | | |

| |Loomis WA 98827 | | | |

|3 |Natural Resources, Dept of |6 ea 100, |Contractor |2,300 |

| |Highlands Fire Camp |2 ea 1,000 | | |

| |Box 190 | | | |

| |Okanagon WA | | | |

|4 |Parks & Recreation |500 |Contractor |200 |

| |Osoyoos Lake State Park | | | |

| |2205 Juniper | | | |

| |Oroville WA | | | |

|5 |Parks & Recreation |500 |Contractor |1,000 |

| |Pearrygin Lake State Park | | | |

| |561 Bear Creek Road | | | |

| |Winthrop WA 98862 | | | |

|6 |Transportation, Dept of |3 ea 1,000 |Contractor |2,700 |

| |Okanogan Maintenance Site | | | |

| |28862 Hwy 97 | | | |

| |Okanogan WA 98840 | | | |

|7 |Wenatchee Valley College |300 |Contractor |100 |

| |Tonasket Education Center | | | |

| |Tonasket WA | | | |

|PACIFIC COUNTY |

|1 |Corrections, Dept. of |300 |Purchaser |600 |

| |Naselle Youth Camp | | | |

| |11 Youthcamp Lane | | | |

| |Naselle WA 98638 | | | |

|2 |Fish & Wildlife |1,000 |Contractor |7,000 |

| |Grays River Hatchery | | | |

| |PO Box 768 | | | |

| |Grays River WA 98621 | | | |

|3 |Fish & Wildlife |500 |Contractor |1,000 |

| |Nemah Salmon Hatchery | | | |

| |415 N Nemah Road E | | | |

| |South Bend WA 98586 | | | |

|4 |Parks & Recreation |4 ea 250, |Contractor |5,400 |

| |Cap Disappointment State Park |750, | | |

| |3 Mile SW Robert Gray DR |1,000 | | |

| |Ilwaco WA 98624-0488 | | | |

|5 |Parks & Recreation |2 ea 120, |Contractor |5,400 |

| |Ft Columbia St Pk |4 ea 250 | | |

| |475 Hwy 101 | | | |

| |Chinook WA 98614 | | | |

|6 |Parks & Recreation |4 ea 250 |Contractor |750 |

| |Grayland Beach State Park | | | |

| |925 Cranberry Beach Road | | | |

| |Grayland WA 98547 | | | |

|7 |Parks & Recreation |250 |Purchaser |750 |

| |Grayland Beach State Park | | | |

| |2209 HWY 105 | | | |

| |Grayland WA 98547 | | | |

|8 |Transportation, Dept of |1000 |Contractor |2,000 |

| |795 SR 4, | | | |

| |Naselle, WA 98638 | | | |

|9 |WSU |500 |Contractor |1,500 |

| |Coastal WA Research & Ext. Unit | | | |

| |Rt 1 Box 570 | | | |

| |Long Beach WA 98631 | | | |

|PEND OREILLE COUNTY |

|1 |Community Colleges of Spokane |1,000 |Contractor |2,000 |

| |Newport Center | | | |

| |1204 W 5th | | | |

| |Newport WA 99156 | | | |

|2 |Transportation, Dept of |1,000 |Contractor |8,000 |

| |Newport Maintenance Facility | | | |

| |806 W Spokane Hwy | | | |

| |Newport WA | | | |

|PIERCE COUNTY |

|1 |Forest Resources College of |1,000 |Contractor |3,000 |

| |Pack Forest |1,160 | | |

| |9010 453rd Rd St E | | | |

| |LaGrande WA 98357 | | | |

|2 |Natural Resources, Dept. of |500 |Contractor |500 |

| |NW ½ of the SE ¼ of the NE ¼ sect. 16 Township 16N, |500 | | |

| |Range 7E at end of 717 Spur Rd on Kapowsin tree farm,| | | |

| |Eatonville | | | |

|3 |Northwest Trek Wildlife Park |2 ea. 1,000 |Purchaser |17,000 |

| |11610 Trek Drive |1 ea. 500 | | |

| |Eatonville WA 98328 |2 ea. 100 | | |

| | |1 ea 500 | | |

|4 |Tacoma Community College |500 |Contractor |1,900 |

| |5900 S 12th St | | | |

| |Tacoma WA 98465 | | | |

|5 |Tacoma, City of |2 ea 250 |Contractor |2,000 |

| |McMillin Reservoir | | | |

| |13008 128th St E | | | |

| |Puyallup WA | | | |

|6 |Tacoma, City of |500 |Contractor |4000 |

| |3510 South Mullen Street | | | |

| |Tacoma, WA 98409 | | | |

| |Contact Person: Dave Bischoff | | | |

|7 |Tacoma, City of |500 |Contractor |1,500 |

| |Sunrise Development | | | |

| |12700 180th St East | | | |

| |Puyallup, WA | | | |

|8 |Tacoma, City of |500 |Purchaser |2,200 |

| |3210 Center Street | | | |

| |Tacoma WA 98409 | | | |

|9 |Tacoma, City of |500 |Contractor |3,150 |

| |Dept of Public Utilities | | | |

| |3628 S. 35th St | | | |

| |Tacoma WA 98409 | | | |

|10 |Tacoma, City of |120 |Contractor |400 |

| |Dept of Public Utilities | | | |

| |3002 224th St East | | | |

| |Spanaway WA 98409 | | | |

|11 |Pierce County Public Works |1,000 |Contractor |2,000 |

| |4812 196th St E | | | |

| |Spanaway. WA 98387 | | | |

|12 |Pierce County Public Works |2/500 |Contractor |1,000 |

| |Lakewood Road Shop Dist #3 | | | |

| |9515 39th Ave Ct SW | | | |

| |Lakewood WA 98499 | | | |

|13 |Pierce County Public Works |250 |Contractor |960 |

| |Purdy Road Shop Dist #4 | | | |

| |13209 Goodnough Dr | | | |

| |Gig Harbor WA 98332 | | | |

|14 |Transportation, Dept of |1,000 |Purchaser |1,100 |

| |Crystal Creek State Camp Inside Mt Rainier Nat’l Park| | | |

| |on SR 410 37 Mile E of Enumclaw | | | |

|15 |Transportation, Dept of |1,000 |Purchaser |2,000 |

| |Green Water Maint Facility | | | |

| |59310 SR 410 | | | |

| |Greenwater WA | | | |

|16 |Transportation, Dept of |250 |Contractor |8,000 |

| |50025 Mountain Highway E | | | |

| |Eatonville, WA 98327 | | | |

|17 |University of Washington |3 ea 1,000 |Contractor |3,800 |

| |College of Forest Resource, Pack Forest | | | |

| |9010 453rd E | | | |

| |Eatonville WA 98328 | | | |

|18 |WSU |120 |Contractor |1,000 |

| |Puyallup Rec |288 | | |

| |7612 Pioneer Way East | | | |

| |Puyallup WA 98371-4998 | | | |

|SAN JUAN COUNTY |

|1 |Fish & Wildlife |350 |Contractor |350 |

| |Orcas Island WA | | | |

|2 |Parks & Recreation |1,600 |Contractor |3,900 |

| |Moran State Park | | | |

| |Eastsound WA | | | |

|3 |University of Washington |115, 124, 288, 1,000|Purchaser |25,000 |

| |Friday Harbor Lab |120, 250, 500 |Purchaser | |

| |Friday Harbor WA | |Contractor | |

|4 |Transportation, Dept. of Mount Constitution |500 |Purchaser |200 |

| |Top of Mt. Constitution | | | |

| |Orcas Island, WA | | | |

|SKAGIT COUNTY |

|1 |Fish & Wildlife |1,000 |Contractor |2,000 |

| |Skagit Hatchery | | | |

| |5937 Fish Hatchery Lane | | | |

| |Marblemount WA 98267 | | | |

|2 |Fish & Wildlife |500 |Contractor |2,000 |

| |Marblemount Hatchery | | | |

| |8319 Fish Hatchery Road | | | |

| |Marblemount WA 98267 | | | |

|3 |Fish & Wildlife |500 |Purchaser |2,000 |

| |Lake Whatcom Hatchery | | | |

| |3918 S. Bay Drive | | | |

| |Sedro Woolley WA 98284 | | | |

|4 |Parks & Recreation |288 |Contractor |300 |

| |Deception Pass/Heart Lake | | | |

| |5175 N Hwy 20 | | | |

| |Oak Harbor WA 98277 | | | |

|5 |Skagit County Parks |2 ea 120 |Contractor |700 |

| |Howard Miller Steelhead Park | | | |

| |52804 Rockport Park Road | | | |

| |Rockport WA 98283 | | | |

|6 |Transportation, Dept. of |2000 |Purchaser |200 |

| |Coal Creek | | | |

| |SR 20 Milepost 70 | | | |

| |Sedro Wooley, WA 98284 | | | |

|7 |Transportation, Dept. of North Mt. |1000 |Contractor |750 |

| |Top of Mt. Lookout Tower | | | |

| |Darrington, WA | | | |

|SKAMANIA COUNTY |

|1 |Natural Resources, Dept of |500 |Contractor |250 |

| |Fort Rains Work center | | | |

| |40691 SR 14, Mile Post 4.7 | | | |

|2 |Parks & Recreation |250 |Contractor |500 |

| |Beacon Rock State Park | | | |

| |MP 34.84 I State Rd 14 | | | |

| |Skamania WA 98648 | | | |

|3 |Transportation, Dept. of |1,000 |Purchaser |250 |

| |Cape Horn Radio Site | | | |

| |SR 14 left @ MP 23.3 to Belle Center Rd | | | |

|SNOHOMISH COUNTY |

|1 |Corrections, Dept of |2 ea 300 |Contractor |3,000 |

| |Indian Ridge Treatment Ctr | | | |

| |19601 Nicks Rd | | | |

| |Arlington WA 98223 | | | |

|2 |Monroe Correctional Complex |2 ea 30,000 |Purchaser |40,000 |

| |Steam Plant | | | |

| |Corrections, | | | |

| |16500 177th Ave SE | | | |

| |Monroe WA 98272 | | | |

|3 |Fish & Wildlife |2 ea 500 |Purchaser |1,500 |

| |Wallace River Hatchery | | | |

| |14418 383rd Ave SE | | | |

| |Sultan WA 98294 | | | |

|4 |Marysville, City of |150 |Contractor |400 |

| |80 Columbia Avenue | | | |

| |Marysville WA 98270 | | | |

|5 |Military Dept. |1,000 |Contractor |1,000 |

| |1501 Avenue “D” | | | |

| |Snohomish WA 98291-1715 | | | |

|6 |Parks & Recreation |250 |Contractor |500 |

| |Wallace Falls State Park | | | |

| |PO Box 106 | | | |

| |Gold Bar WA 98251 | | | |

|7 |Snohomish County Fire Dist #26 |200 |Contractor |750 |

| |42013 SR #2 | | | |

| |PO Box 376 | | | |

| |Gold Bar WA 98251 | | | |

|8 |Transportation, Dept. of Everett |250 |Contractor |800 |

| |709 North Broadway | | | |

| |Everett, WA | | | |

|9 |Transportation, Dept. of |1000 |Purchaser |600 |

| |SR 530 Milepost 39.2 | | | |

| |Hazel, WA | | | |

|SPOKANE COUNTY |

|1 |Community Colleges of Spokane |portable tanks |Purchaser |150 |

| |(Various Locations) | | | |

|2 |Eastern Washington University |100, 2 ea. 120 |Purchaser |1,450 |

| |Rozell Hall |250, 2 ea. 500 | | |

| |Cheney WA 99004 | | | |

| |509-359-6291 | | | |

|3 |Military Dept Air National Guard |2 ea 4,000 |Purchaser |30,000 |

| |12414 S Andrus Rd |3,000 | | |

| |Cheney WA 99004-8607 |1,000 & 500 | | |

|4 |Parks & Recreation |500 |Contractor |1,300 |

| |Riverside State Park | | | |

| |4227 N Aubrey L | | | |

| |White Parkway | | | |

| |Spokane WA 99205 | | | |

|5 |Parks & Recreation |1,000 |Contractor |2,700 |

| |Mt Spokane State Park | | | |

| |Rt 1 Box 336 | | | |

| |Mead WA 99021 | | | |

|6 |Transporation, Dept of |1,000 |Contractor |200 |

| |Mt. Spokane Radio Site | | | |

| |Spokane WA | | | |

|STEVENS COUNTY |

|1 |Fish & Wildlife |1,000 |Contractor |2,500 |

| |Ford Trout Hatchery | | | |

| |Wellpinit Rd | | | |

| |Ford WA 99013 | | | |

|2 |Fish & Wildlife |120 |Contractor |250 |

| |Sherman Creek Hatchery | | | |

| |152 Mellenberger Road | | | |

| |Kettle Falls WA 99141 | | | |

|3 |Fish & Wildlife |120 |Contractor |250 |

| |RR Box 35402 | | | |

| |Highway 20 East | | | |

| |Kettle Falls WA 99141 | | | |

|4 |Parks & Recreation |500 |Contractor |500 |

| |9711 W Charles Rd | | | |

| |Nine Mile Falls WA 99026 | | | |

|5 |Transportation, Dept of |2 ea 1,000 |Contractor |9,000 |

| |Northport Section Facility | | | |

| |4221 Hwy 25 North | | | |

| |S.R. 25 Mile Post 113.1 w. side | | | |

|6 |Transportation, Dept of |500 |Contractor |150 |

| |Colville Mtn Radio Site1 ½ Miles from junction of 396| | | |

| |& Main St.4 Miles North | | | |

|THURSTON COUNTY |

|1 |Corrections, Dept of |1 ea100, |Purchaser |43,000 |

| |Cedar Creek Corrections Ctr |2 ea 500, |Contractor | |

| |12200 Bordeaux Rd. |11ea 1,000 | | |

| |PO Box 37 | | | |

| |Littlerock WA 98556 | | | |

|2 |Evergreen State College |2 ea 250, |Purchaser |2,500 |

| |2700 Evergreen Pkwy NW |500 |Contractor | |

| |Olympia WA 98505 | | | |

|3 |Fish & Wildlife |500 |Contractor |1,100 |

| |9628 Lathrop Ind Prk Dr Maint Shp | | | |

| |Olympia WA 98502 | | | |

|4 |Natural Resources, Dept of |1,000 |Purchaser |4,000 |

| |Aircraft Section | | | |

| |7613 Old 99 Hwy | | | |

| |Olympia WA 98501 | | | |

|5 |Natural Resources, Dept of |250 |Contractor |500 |

| |9805 Blomberg ST SW | | | |

| |Olympia WA 98512 | | | |

|6 |Natural Resources, Dept of |2 ea 1,000 |Purchaser |500 |

| |Meridian Seed Orchard | | | |

| |6425 Meridian Rd SE | | | |

| |Olympia WA 98504 | | | |

|7 |Parks & Recreation |250, |Contractor |7,000 |

| |Millersylvaina State Park |4 ea 500 | | |

| |12245 Tilley Rd S | | | |

| |Olympia WA 98502 | | | |

|8 |Transportation, Dept of |2 ea 500 |Contractor |2,500 |

| |5720 Capitol Blvd. | | | |

| |Olympia WA 98504 | | | |

|9 |Transportation, Dept of |250 |Contractor |2,000 |

| |2120 RW Johnson Blvd SW | | | |

| |Tumwater WA 98502 | | | |

|10 |Transportation, Dept of |500 |Contractor |4,500 |

| |Mottman Bridge Preservation | | | |

| |2608 RW Johnson | | | |

| |Tumwater WA 98501 | | | |

|11 |Griffin School “District |4 ea 1,000, |Purchaser |40,000 |

| |6530 33rd Ave NW |1 ea 500, | | |

| |Olympia, WA 98502 |1 ea 250 | | |

|WAHKIAKUM COUNTY |

|1 |Fish & Wildlife |500 |Contractor |3,500 |

| |Elokomia Hatchery | | | |

| |1318 Highway 40 | | | |

| |Cathlamet WA 98612 | | | |

|2 |Transportation, Dept of |2 ea 125 |Purchaser |1,000 |

| |Cathlamet Section Maint. | | | |

| |286 E SR 4 MP 36.45 | | | |

| |Cathlamet WA 98612-9554 | | | |

|WALLA WALLA COUNTY |

|1 |Corrections, Dept of |2,000 |Contractor |10,000 |

| |WA State Penitentiary | | | |

| |PO Box 520 | | | |

| |Walla Walla WA 99362 | | | |

|2 |Transportation, Dept of |173, 287, |Purchaser |1,450 |

| |727 Wellington |300 | | |

| |Walla Walla WA 99362 | | | |

|WHATCOM COUNTY |

|1 |Parks & Recreation |4 ea 24, |Contractor |100 |

| |Peace Arch State Park |96 | | |

| |PO Box 87 | | | |

| |Blaine WA 98230 | | | |

|2 |Parks & Recreation |300 |Purchaser |700 |

| |Birch Bay State Park | | | |

| |5105 Helwig Rd | | | |

| |Blaine, WA 98230 | | | |

|3 |Parks & Recreation |2 ea 500, |Contractor |2,000 |

| |Larrabee State Park |200 | | |

| |245 Chuckanut Dr | | | |

| |Bellingham WA 98225 | | | |

| |98229 | | | |

|WHITMAN COUNTY |

|1 |Transportation, Dept of |1,000 |Contractor |8,000 |

| |NW 920 Davis Way Maint Facility | | | |

| |SR 270 Mp 42.5, Pullman WA | | | |

|2 |Transportation, Dept of |250, |Purchaser |12,000 |

| |SR 195 MP 43.8, Maint. Facility Colfax WA |2 ea 1,000 |Contractor | |

|3 |Transportation, Dept of |1,000 |Contractor |8,000 |

| |SR 27 MP 35.96 Maint. Facility | | | |

| |Oaksdale WA | | | |

|4 |Washington State University continued Pullman WA: | | |23,000 |

| | | | |(See below) |

| |Animal Lab |119 |Contractor |900 |

| |Anthropology |100 |Contractor |20 |

| |Carpenter Hall |50 |Contractor |10 |

| |Cattle Feeding Lab |124 |Contractor |50 |

| |Chemical Engineering Lab |124 |Contractor |60 |

| |Commons |120 |Contractor |125 |

| |Comparative Behavior |20 |Contractor |10 |

| |Crop Imp |250 |Contractor |800 |

| |Dana Hall |124 |Contractor |124 |

| |Engineering Res Lab |248 |Contractor |80 |

| |Fine Arts |500 |Contractor |1,200 |

| |Fine Arts Kiln |500 |Contractor |1,200 |

| |Hulbert Hall |2,000 |Contractor |15,000 |

| |Horse Disease Blds |25 |Contractor |25 |

| |Johnson Tower |125 |Contractor |125 |

| |Lab Animal Bldg |120 |Contractor |120 |

| |Mccoy Hall |575 |Contractor |540 |

| |M.E. Shops |165 |Contractor |150 |

| |Meat Lab |150 |Contractor |100 |

| |Mining Bldg |124 |Contractor |350 |

| |Morrill Hall |50 |Contractor |100 |

| |Physical Plant |250 |Contractor |600 |

| |Power Plant |20 |Contractor |30 |

| |Publications Bldg |40 |Contractor |25 |

| |Service Garage |275 |Contractor |210 |

| |Sloan Hall |1,000 |Contractor |200 |

| |Spillman Hall |124 |Contractor |80 |

| |Stadium |25 |Contractor |75 |

| |Swine Center Lab |50 |Contractor |50 |

| |Troy Hall |124 |Contractor |124 |

| |Van Doren Hall |50 |Contractor |30 |

| |Wegner Hall |575 |Contractor |205 |

| |White Hall |124 |Contractor |150 |

| |Wilson Hall |50 |Contractor |10 |

| |Wood Tech Lab |124 |Contractor |124 |

|YAKIMA COUNTY |

|1 |Fish & Wildlife |250, 250 |Purchaser |420 |

| |Yakima Construction Shop | | | |

| |3705 W Washington Ave | | | |

| |Yakima WA 98909-1137 | | | |

|2 |Natural Resources, Dept of |1,000 |Purchaser |1,500 |

| |Ahtanum Station | | | |

| |North Fork Ahtanum Rd | | | |

| |Yakima WA 98901 | | | |

|3 |Social & Health Services, Dept. of |500 |Contractor |2,000 |

| |Yakima Valley School | | | |

| |609 Speyers Rd | | | |

| |Selah WA 98942 | | | |

|4 |Transportation, Dept of |1,000 |Contractor |800 |

| |Fife Ridge Site | | | |

| |Naches, WA 98937 | | | |

|5 |Transportation, Dept of |1,000 |Purchaser |7,000 |

| |Rimrock Maintenance Site | | | |

| |Junction of SR 12 & SR 410 | | | |

| |5 Miles West of Naches WA | | | |

|6 |Transportation, Dept of |115, 124 |Purchaser |1,300 |

| |2809 Rudkin Road | | | |

| |Union Gap WA 98903 | | | |

|7 |Transportation, Dept of |200 |Purchaser |300 |

| |Toppenish Maintenance Site | | | |

| |Toppenish WA 98948 | | | |

|8 |Transportation, Dept of |1000, 120 |Purchaser |250 |

| |900 East Selah Rd, Maint. site | | | |

| |Yakima WA 98901 | | | |

|9 |Transportation, Dept of |2 ea 500 |Purchaser |4,000 |

| |Cottonwood Maintenance Site | | | |

| |Cottonwood Forest Camp SR 410 MP 99.3 | | | |

|10 |West Valley School District |8,000 |Purchaser |13,000 |

| |Mountainview Elementary | | | |

| |830 Stone Rd | | | |

| |Yakima WA 98908 | | | |

|11 |West Valley School District |11,000 |Purchaser |20,000 |

| |Ahtanum Elementary | | | |

| |3006 S Wiley Rd | | | |

| |Yakima WA 98903 | | | |

Appendix G Example of Evaluation Spreadsheet

| |

|Customer & Delivery Location |

|Corrections, Dept of |100 |

|Cedar Creek Corrections Ctr |2 ea 500 11ea 1,000 |

|PO Box 37 | |

|Littlerock WA 98556 | |

EXAMPLE: Bidder A

Price Bracket Bid Margin Tank Size Tank Rental Delivery/Set-up

1,000-1,999 gal. $0.25/gal. 376-575 gal. $50.00 $75.00

2,000-4,999 gal. $0.20/gal. 576-1000 gal. $75.00 $100.00

25,000 and over gallons $0.10/gal.

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download